Loading...
20230307 City Council Agenda PacketRegular City Council Meeting Agenda March 7, 2023 Page 1 of 4 Agenda City of Vernon Regular City Council Meeting Tuesday March 7, 2023, 9:00 AM City Hall, Council Chamber 4305 Santa Fe Avenue, Vernon, California Leticia Lopez, Mayor Crystal Larios, Mayor Pro Tem Judith Merlo, Council Member Melissa Ybarra, Council Member The public is encouraged to view the meeting at https://www.cityofvernon.org/webinar-cc or by calling (408) 638-0968, Meeting ID 828-3743-9473#. You may address the Council via Zoom or submit comments to PublicComment@cityofvernon.org with the meeting date and item number in the subject line. CALL TO ORDER FLAG SALUTE ROLL CALL APPROVAL OF AGENDA PUBLIC COMMENT At this time the public is encouraged to address the City Council on any matter that is within the subject matter jurisdiction of the City Council. The public will also be given a chance to comment on matters which are on the posted agenda during City Council deliberation on those specific matters. PRESENTATIONS 1. California Highway Patrol (CHP) 10851 Grand Theft Auto Recovery Award Recommendation: No action required by City Council. This is a presentation only. Regular City Council Meeting Agenda March 7, 2023 Page 2 of 4 CONSENT CALENDAR All matters listed on the Consent Calendar are to be approved with one motion. Items may be removed from the Consent Calendar for individual consideration. Removed items will be considered immediately following the Consent Calendar. 2. Meeting Minutes Recommendation: Approve the February 21, 2023 Regular City Council meeting minutes. 3. Conduct of Meetings via Teleconference Recommendation: Receive and file update on teleconferencing provisions. 4. Claims Against the City Recommendation: Receive and file the claims submitted by Lineage Logistics Vernon CA in the amount of $8,126.22, Keith Carrillo in the amount of $310.40, and Michael Gallant in the amount of $2,109.46. 5. Operating Account Warrant Register Recommendation: Approve Operating Account Warrant Register No. 104, for the period of February 5 through February 18, 2023, totaling $13,645,135.71 and consisting of ratification of electronic payments totaling $12,724,908.92 and ratification of the issuance of early checks totaling $920,226.79. 6. Donation of Surplus Vernon Public Utilities Equipment to City of Roseville – Electric Utility Recommendation: Approve and authorize the City Administrator to execute the Deed of Gift and Donation Agreement and Release with the City of Roseville – Electric Utility, in substantially the same form as submitted, for the donation of 16 ABB ACS-600 Motor Drive Modules. 7. Professional Services Agreement with Fleming Environmental, Inc. for Underground Storage Tank Removal Recommendation: A. Find that the proposed action is categorically exempt under the California Environmental Quality Act (CEQA) review, in accordance with CEQA Guidelines Section 15301, because the project consists of the removal of existing structures and equipment and involves no expansion of an existing use; and B. Approve and authorize the City Administrator to execute a Professional Services Agreement with Fleming Environmental, Inc., in substantially the same form as submitted, for underground storage tank removal for a total amount not-to-exceed $135,600, for a forty- five (45) calendar day term. 8. Public Works Department Monthly Report Recommendation: Receive and file the December 2022 and January 2023 Public Works Department Building Reports. Regular City Council Meeting Agenda March 7, 2023 Page 3 of 4 NEW BUSINESS 9. City Council Appointments to Outside Agencies Recommendation: Appoint a delegate and alternate to represent the City at the Southern California Association of Governments 2023 Annual Regional Conference and General Assembly Business Meeting. ORAL REPORTS 10. City Administrator Reports on Activities and Other Announcements. 11. Council Reports on Activities (including AB 1234), Announcements, or Directives to Staff. ADJOURNMENT On March 2, 2023, the foregoing agenda was posted in accordance with the applicable legal requirements. Regular and Adjourned Regular meeting agendas may be amended up to 72 hours and Special meeting agendas may be amended up to 24 hours in advance of the meeting. Regular City Council Meeting Agenda March 7, 2023 Page 4 of 4 Guide to City Council Proceedings Meetings of the City Council are held the first and third Tuesday of each month at 9:00 a.m. and are conducted in accordance with Rosenberg's Rules of Order (Vernon Municipal Code Section 2.04.020). Copies of all agenda items and back-up materials are available for review in the City Clerk Department, Vernon City Hall, 4305 Santa Fe Avenue, Vernon, California, and are available for public inspection during regular business hours, Monday through Thursday, 7:00 a.m. to 5:30 p.m. Agenda reports may be reviewed on the City's website at www.cityofvernon.org or copies may be purchased for $0.10 per page. Disability-related services are available to enable persons with a disability to participate in this meeting, consistent with the Americans with Disabilities Act (ADA). In compliance with ADA, if you need special assistance, please contact the City Clerk department at CityClerk@cityofvernon.org or (323) 583-8811 at least 48 hours prior to the meeting to assure arrangements can be made. The Public Comment portion of the agenda is for members of the public to present items, which are not listed on the agenda but are within the subject matter jurisdiction of the City Council. The City Council cannot take action on any item that is not on the agenda but matters raised under Public Comment may be referred to staff or scheduled on a future agenda. Comments are limited to three minutes per speaker unless a different time limit is announced. Speaker slips are available at the entrance to the Council Chamber. Public Hearings are legally noticed hearings. For hearings involving zoning matters, the applicant and appellant will be given 15 minutes to present their position to the City Council. Time may be set aside for rebuttal. All other testimony shall follow the rules as set for under Public Comment. If you challenge any City action in court, you may be limited to raising only those issues you or someone else raised during the public hearing, or in written correspondence delivered to the City Clerk at or prior to the public hearing. Consent Calendar items may be approved by a single motion. If a Council Member or the public wishes to discuss an item, it may be removed from the calendar for individual consideration. Council Members may indicate a negative or abstaining vote on any individual item by so declaring prior to the vote on the motion to adopt the Consent Calendar. Items excluded from the Consent Calendar will be taken up following action on the Consent Calendar. Public speakers shall follow the guidelines as set forth under Public Comment. New Business items are matters appearing before the Council for the first time for formal action. Those wishing to address the Council on New Business items shall follow the guidelines for Public Comment. Closed Session allows the Council to discuss specific matters pursuant to the Brown Act, Government Code Section 54956.9. Based on the advice of the City Attorney, discussion of these matters in open session would prejudice the position of the City. Following Closed Session, the City Attorney will provide an oral report on any reportable matters discussed and actions taken. At the conclusion of Closed Session, the Council may continue any item listed on the Closed Session agenda to the Open Session agenda for discussion or to take formal action as it deems appropriate. City Council Agenda Report Meeting Date:March 7, 2023 From:Robert Sousa, Chief of Police Department:Police Submitted by:Gustavo Herrera, Lieutenant - Patrol Division Subject California Highway Patrol (CHP) 10851 Grand Theft Auto Recovery Award Recommendation No action required by City Council. This is a presentation only. Background The “10851” Grand Theft Auto Award is named after the California Vehicle Code section pertaining to motor vehicle theft. This award is sponsored in collaboration between by the CHP and American Auto Association (AAA) Insurance, and recognizes police officers throughout California who have been proactive in recovering stolen vehicles and apprehending criminals involved in auto theft. The “10851” Grand Theft Auto Award is awarded to uniform officers who, during a 12-month period, achieve any of the following criteria: 1. Make six separate auto theft recoveries cleared by arrests. 2. Recover twelve (12) stolen vehicles, of which a minimum of three (3) must be cleared by arrests. The Vernon Police Department is very proactive in its auto theft investigations and five of its officers, Nicholas Mannino, Carlos Saldana, Patrick Cam, Teresa Flores, and Luis Vasquez, have most recently qualified for this recognition. This is the first 10851 award attained by Officer Mannino, the third 10851 award for Officer Cam, the sixth 10851 award for Officer Vasquez, the first and second 10851 award for Officer Saldana, and the third and fourth 10851 award for Officer Flores during their respective careers. The Department commends each of these Officers for their hard work to combat auto theft crimes in the community. Given the very specific requirements for such an award, it is not easy to achieve this type of recognition. The Chief of Police will present each Vernon Officer with their respective 10851 Awards at the March 7, 2023, Council Meeting. Fiscal Impact There is no fiscal impact associated with this report. Attachments None. Item 1 Page 1 of 1 City Council Agenda Report Meeting Date:March 7, 2023 From:Lisa Pope, City Clerk Department:City Clerk Submitted by:Sandra Dolson, Administrative Secretary Subject Meeting Minutes Recommendation Approve the February 21, 2023 Regular City Council meeting minutes. Background Staff has prepared and hereby submits the minutes for approval. Fiscal Impact There is no fiscal impact associated with this report. Attachments 1. February 21, 2023 Regular Meeting Minutes Item 2 Page 1 of 5 MINUTES VERNON CITY COUNCIL REGULAR MEETING TUESDAY, FEBRUARY 21, 2023 COUNCIL CHAMBER, 4305 SANTA FE AVENUE CALL TO ORDER Mayor Lopez called the meeting to order at 9:00 a.m. FLAG SALUTE Mayor Lopez led the Flag Salute. ROLL CALL PRESENT: Leticia Lopez, Mayor Crystal Larios, Mayor Pro Tem Judith Merlo, Council Member Melissa Ybarra, Council Member STAFF PRESENT: Carlos Fandino, City Administrator Angela Kimmey, Deputy City Administrator Zaynah Moussa, City Attorney Lisa Pope, City Clerk Scott Williams, Finance Director Fredrick Agyin, Health and Environmental Control Director Michael Earl, Human Resources Director Robert Sousa, Police Chief Dan Wall, Public Works Director Todd Dusenberry, Public Utilities General Manager APPROVAL OF THE AGENDA MOTION Council Member Ybarra moved and Mayor Pro Tem Larios seconded a motion to approve the agenda. The question was called and the motion carried unanimously. PUBLIC COMMENT None. Item 2 Page 2 of 5 Regular City Council Meeting Minutes Page 2 of 4 February 21, 2023 PRESENTATIONS 2. Employee Service Pin Awards for January 2023 Human Resources Director Earl announced the recipients of the Employee Service Pin Awards for January 2023. 1.Proclamation Recognizing Retired City Council Member - William (Bill) Davis City Clerk Pope read the proclamation and Council recognized retired Council Member – William (Bill) Davis for his dedicated service to the City of Vernon. The Offices of State Senator Maria Elena Durazo; Assemblymember Miguel Santiago, Congressperson Robert Garcia, and City of Maywood Mayor Frank Garcia recognized Bill Davis. RECESS Mayor Lopez recessed the meeting at 9:17 a.m. The meeting reconvened at 9:23 a.m. 3. Presentation on Opportunities for Clean Hydrogen General Manager of Public Utilities Dusenberry and Peter Hervish, Port Canaveral, presented the item. City Administrator Fandino stated he had tasked the Utility to investigate potential uses of hydrogen. CONSENT CALENDAR Mayor Pro Tem Larios indicated she would abstain from Item No. 11 due to her current residence. MOTION Council Member Ybarra moved and Council Member Merlo seconded a motion to approve the Consent Calendar. The question was called and the motion carried unanimously, Mayor Pro Tem Larios abstaining from Item No. 11. The Consent Calendar consisted of the following items: 4. Meeting Minutes Recommendation: Approve the February 7, 2023 Regular City Council meeting minutes. 5. Claim Against the City Recommendation: Receive and file the claim submitted by James Brian Talbert in the amount of $500.74. Item 2 Page 3 of 5 Regular City Council Meeting Minutes Page 3 of 4 February 21, 2023 6. Operating Account Warrant Register Recommendation: Approve Operating Account Warrant Register No. 103, for the period of January 22 through February 4, 2023, totaling $19,105,820.47 and consisting of ratification of electronic payments totaling $18,691,588.57 and ratification of the issuance of early checks totaling $414,231.90. 7. City Payroll Warrant Register Recommendation: Approve City Payroll Warrant Register No. 800, for the period of January 1 through January 31, 2023, totaling $2,718,437.19 and consisting of ratification of direct deposits, checks and taxes totaling $1,787,382.71 and ratification of checks and electronic fund transfers (EFT) for payroll related disbursements totaling $931,054.48 paid through operating bank account. 8. Fire Department Activity Report Recommendation: Receive and file the December 2022 Fire Department Activity Report. 9. Police Department Activity Report Recommendation: Receive and file the December 2022 Police Department Activity Report. 10. Supplemental to National Auto Fleet Multiple Vehicle Purchase Recommendation: Authorize a Supplemental to Purchase Order No. 230099 with National Auto Fleet Group for a total amount not-to-exceed $27,342 to cover the full payment of four new Ford F-150 Lighting Pro 4WD SuperCrew Work Trucks. 11. Payments to Mega Renovation Inc. (Mega) Recommendation: A. Approve payment to Mega for the remodel work completed at 3361 Fruitland Avenue for an amount not-to-exceed $18,034.85; B. Approve payment to Mega for the remodel work completed at 4324 Furlong Place for an amount not-to-exceed $69,208.10; and C. Approve payment to Mega for the remodel work completed at 3357 Fruitland Avenue for an amount not-to-exceed $17,400. ORAL REPORTS City Administrator Reports on Activities and other Announcements. City Administrator Fandino announced the Wellness Equity Alliance outreach seeking input on community health needs; Vernon Sustainability Plan survey; Derby Dolls Fundraising event; Bulky Item Pickup on March 6; Annual Spring event on March 23; and Vernon Job Fair on April 6, 2023. City Council Reports on Activities (including AB 1234), Announcements, or Directives to Staff. None. RECESS Mayor Lopez recessed the meeting to Closed Session at 9:47 a.m. Item 2 Page 4 of 5 Regular City Council Meeting Minutes Page 4 of 4 February 21, 2023 CLOSED SESSION 14. CONFERENCE WITH LEGAL COUNSEL - EXISTING LITIGATION (2) Government Code Section 54956.9(d)(1) Alan Barahona vs. City of Vernon, et al. Los Angeles Superior Court Case No. 22LBCV00926 Douglas Castellanos, Julian Holloman vs. City of Vernon, et al. Los Angeles Superior Court Case No. 21STCV05456 RECONVENE At 10:02 a.m., Mayor Lopez adjourned Closed Session and reconvened the regular meeting. CLOSED SESSION REPORT City Attorney Moussa reported the Council met in Closed Session, discussed the item on the agenda, and took no reportable action. ADJOURNMENT Mayor Lopez adjourned the meeting at 10:02 a.m. ______________________________ LETICIA LOPEZ, Mayor ATTEST: ____________________________ LISA POPE, City Clerk (seal) Item 2 Page 5 of 5 City Council Agenda Report Meeting Date:March 7, 2023 From:Lisa Pope, City Clerk Department:City Clerk Submitted by:Lisa Pope, City Clerk Subject Conduct of Meetings via Teleconference Recommendation Receive and file update on teleconferencing provisions. Background Due to COVID-19 and the City’s Emergency Proclamation in 2020, the City Council, Commissions and Committees have utilized remote and hybrid meetings. On October 21, 2021, the City Council adopted Resolution No. 2021-36 authorizing continued conduct of City Council and all other City legislative body meetings via teleconference, in accordance with Assembly Bill 361 (AB 361). AB 361 authorized local agencies to use teleconferencing without complying with the teleconferencing requirements imposed by the Ralph M. Brown Act during a declared state of emergency. Additionally, on September 13, 2022, Governor Newsom signed Assembly Bill 2449 (AB 2449) temporarily allowing less than a quorum of a legislative body to attend public meetings remotely without posting their location and removing the requirement for public participation in a nonpublic location. Effective January 1, 2023 through December 31, 2025, the new AB 2449 teleconferencing rules are optional and in addition to the traditional teleconferencing rules in Government Code Section 54953. On February 28, 2023, Governor Gavin Newsom ended the COVID-19 state of emergency, which in turn eliminated the teleconference provisions of AB 361. Under the pre-pandemic Brown Act teleconferencing provisions, set forth in Government Code Section 54953(b), the following requirements apply: 1) publishing teleconference location on the agenda; 2) posting the agenda at the teleconference location; 3) allowing public access at the teleconference location; 4) allowing the public to address the legislative body at teleconference locations; 5) having at least a quorum of the legislative body to participate within the City; and 6) conducting all votes by roll call. The procedures to utilize teleconference options under AB 2449 have been described by the League of California Cities as “onerous”. Under AB 2449 (codified in Government Code Section 54953(f)), a quorum of the body must participate from a single physical, public location identified on the agenda and within the body’s jurisdiction. If a physical quorum is met, AB 2449 permits a member of the body who is not physically present to request to remotely attend (a) for "just cause" (childcare or caregiving need, contagious illness, defined physical or mental disability, or traveling on official business of the body or another state or local agency), and (b) where approved by the body, due to "emergency circumstances" ("physical or family medical Item 3 Page 1 of 2 emergency that prevents a member from attending the meeting in person," although confidential personal medical information is not required to be disclosed). There are additional requirements for remote appearances under AB 2449: (a) the member of the body attending remotely must publicly disclose (before any action is taken at the meeting) whether anyone over 18 years old is in the room at the remote location, and the member's relationship with that person; (b) the member must participate using both audio and video means; and (c) the member cannot participate remotely for more than three consecutive months or 20 percent of the regular meetings in a calendar year, and if the body meets fewer than 10 times per calendar year, the member's remote participation cannot be for more than two (2) meetings. There are also annual limits on the of use of the "just cause" circumstance and technology requirements for posting of agendas and the conduct of remote meetings under this law, including requiring that public comment be allowed by calling in, internet-based (Zoom, etc.), and at the in- person location of the meeting. The requirements outlined above pertain to members of the legislative bodies and their ability to participate remotely, and do not apply to the public, meeting presenters, or staff. With the end of the COVID-19 state of emergency, all City legislative meetings will now be held in person in the Council Chambers. Staff is continuing to evaluate and assess available teleconferencing provisions and requirements under Government Code Section 54953. Fiscal Impact There is no fiscal impact associated with this report. Attachments None. Item 3 Page 2 of 2 City Council Agenda Report Meeting Date:March 7, 2023 From:Lisa Pope, City Clerk Department:City Clerk Submitted by:Sandra Dolson, Administrative Secretary Subject Claims Against the City Recommendation Receive and file the claims submitted by Lineage Logistics Vernon CA in the amount of $8,126.22, Keith Carrillo in the amount of $310.40, and Michael Gallant in the amount of $2,109.46. Background The City received the following claims: Date Received Name of Claimant Amount Demanded February 13, 2023 Lineage Logistics Vernon CA $8,126.22 February 14, 2023 Keith Carrillo $310.40 February 21, 2023 Michael Gallant $2,109.46 Pursuant to Municipal Code Section 2.32.040, the above information is listed on the City Council Agenda as soon as filing of the claims with the City as practical. Fiscal Impact There is no fiscal impact associated with this report. Attachments 1. 20230213 Lineage Logistics Vernon CA 2. 20230214 Keith Carrillo 3. 20230221 Michael Gallant Item 4 Page 1 of 24 CLAIM FOR DAMAGES TO PERSON OR PROPERTY INSTRUCTIONS 1. Claims for death, injury to person or to personal property must be filed not later than six (6) months after the occurrence. (Gov. Code Sec. 9112)2. Claims for damages to realproperty must be filed not later than one (1) year after the occurrence. (Gov. Code Sec.91 1.2)3. Read entire claim before filing.4. See page 2 for diagram upon which to locate place of accident 5- This claim form must be signed on page 2 al bottom.6. Attach separate sheets, if necessary, to give full details, SIGN EACH SHEET7. Claim must be filed with City Clerk. (Gov.Code Sec. 915a) TO: CITY OF VERNON CITY COUNCIL Name manl Linea e Logistics Vernon CA Home dress of C aimant a Business Address of Claimant City and State 3200 E. Washington Blvd. Vernon CA 90058 RESERVE FOR FILING STAMP CLAIM No. REGEIVED t ::.71, ?r,lx CITY CLERK DEPARTMENT ra person ome ne m Business Telephone Number 323-261-4500 ma Give address to which you desire notices or communications to be sent regarding this claim: 3200 E. Washington Blvd. Vernon CA 90058 How did DAMAGE or INJURY occur? Give full particulars. During the power outlage on 111712023 al around 9:31am, one of our refrigeration compressor panel shorted out due to the power outtage, this caused an alarm to our security monitoring alarm company. Our emergency generator tumed on powering on the facility and around 9:36am security moniloring company notified that the compressor power was not restored. After checking the power failure al the compressor, noticed that the panel was no longer wo*ing due to the power outtage. When did DAMAGE or INJURY occur? Give full particulars, date, time of day, etc.: January 17 2023 at around 9:31am Where did DAMAGE or INJURY occur? Describefully, and locateon diagram on reverse side ofthissheet, where approximate, give street names and address and measurements from landmarks: Compressor room located at the south/west of the building. The provided diagram does not apply to our claim. What particularACT oTOMISSION doyou claim causedlhe injury ordamage? Givenamesof Cityemployees, if any, causingthe injury or damage, if known: A bad underground power cable that feeds the transformers. What DAMAGE or INJURIES do you claim resulted? Give full extent of injuries or damages claimed: A compressor panel shorted out. WhatAMOUNT do you claim of each item of iniury ordamage as of date ot presentation of thisclaim, giving basisof computation: $8,126.22 Give ESTIMATED AMOUNT as faras knownyou claim onaccount of each item of prospective injury ordamage, giving basisof computation: $8,126.22 Item 4 Page 2 of 24 Were you insured at the time of the incident? lf so, provide narne of insuEn@ company, policy numbers and amount of insurance payments receivd: Lockton lnsurance Brokers, LLC COI available upon request Expenditures made on account of accident or lnjury: (Date - ltem)(Amount) 0 Name and address of Witnesses, Doctors and Hospitals: Saul Vaca 3200 E. Washington Blvd. Vernon CA 90058 Edwind Galvez 3100 E. Washington Blvd. Los Angeles CA 90023 READCAREFULLY For all accident claims place on following diagram names oI slreeb, including North, Easl. South, and West: indicate place of accident by "X" and by showing house numbeG or dislances to stre€t comers. lf City Vehicle was lnvolved, designate by letter'A' localion of Cityvehicle when you first saw il,and by "8" localion ofyourself or your vahicle when you first saw City vehicle; location of City vehicle at time of accident by'A-1"and location of yourself or your vehicle at the time of accident by'8 1" and the point of lmpact by "x." NOTE lf diagrams do not fit the situalion, altach herelo a proper diagram signed by claitnant. FOR AUTOMOBILE ACCIDENTS FOR OTHER ACCIDENTS SI DEWALK CUBB 1 of , that the tn includi attachme is true and corect. Date: NoTE: ALL CLAIMANTS MAY BE REoUESTED TO BE EXAMINED AS TO THEIR CLAIM R OATH A FALSE CLAIM IS A FELONY (CAI. CURB I decla under na Typed/Printed Name: D PAN WAY Signature of Claimant or person filing on his/her behatf, giving relationship to Claimant: PEN, CODE SEC,72). CLAIMS MUSTBE FILED WTTH Cfi CLERK (GOV CODE SEC,915a). STATE LAW PROVIOES THAT IF YOU ARE NOT NOTIFIEO OF ANY ACTION BY THE CrIY OF THIS CLAIM WTTHN 45 DAYS OF FILING THEN THE CLAIM E; DEEMED OENIED ISEE GOV. COOE SEC, 911.6 & 912.4) /) L_.t r_ 7 i\V-7 t- s t Item 4 Page 3 of 24 11271202311t33i52 AM lnltrll Co First to Last Corporato Account ALL Activity By Event Code Sort.d By CS# CS# 550405 to s59405 Event 1ol5 01117t23 01t17t23 01t17t23 01117123 01117t23 0111 23 01117 t23 01117t23 01117t23 01t17t23 01117t23 01117 t23 03;11:00 04r41:56 04:41:56 05:30r41 09:31:10 09r31:'10 09:31:12 09:32:'ll 09:U:11 09:34:05 09i35:13 09:36:11 New Alsrm Evont: 1GO R401.1 ClR401 - Clo8o by Usor 8 CIRs7O - UNBYPASS E401.1 CIE4O1 - OPEN BY USER I ClR150 - RESTORE Alarm 14 SUB/HI - SupE vlsqy High Priorlty 45 SUPVHI - SupoNisory Hlgh Prlority 46 SUPVHI - Sup6Nlaory Hloh Prlodty 45 CIRlsO - RESTORE Alarm 44 ClR150 - RESTORE T{arm AA - Alarm Accosssd 4OO4 - CONTACT REACHED COOLER TEMPERATURE SAUL VACA POWER IS OUT PER SAUI FSUP - FOLLOW-UP SUPERVISORY N6rv prlodty:1o1 SIGNAL ADVISED SAUL PER ZONE 46 RESTORAL NEEDED / STATED POWER IS OUT RIGHT NOW / FOLLOW UP 44 SUPVHI . Supsrvi8ory Hlgh Prlortty COMPRESSOR 1 ALARM Prev Alsrm Dchy Ended 45 SUPVHI- SuporvBory Hlgh Priodty COMPRESSOR 2 ALARM 44 ClR150 - RE$TORE Alarm COMPRESSoR I ALARM 44 SUPVHI- SupErvlsory Hlgh Pdority COMPRESSoR 1 ATARM 44 ClRtso - RESTORE Alarm COMPRESSOR I ALARM 45 ClR150 - RESTORE Alsrm COMPRESSOR 2 ALARM AA - Alarm Accassad ZONDLY Zone:Delay - 46;60 FC - Full Clear Full Clsar New AlBm Event: 100 KW SEE PREV 44 SUPVHI- Suparvlsory High Priorlty 45 SUPVHI - Supervlsory High Pdorlty MV AA - Alsrm Acces8ed MV 1999 - Contact Vo.lfled 44 ClR150 - RESToRE Alsrm 45 C|R15O - RESTORE Alarm MV ONTEST - Plac€d On TeBt Cat; CUST Expires: 011'122023 18:08:00 All Zones MV FSUP . FOLLOW.UP SUPERVISORY SIGNAL oo tesl COOLER TEMPERATURE COMPRESSOR 1 ALARM COMPRESSOR 2 ALARM COMPRESSOR 3 AI.ARM COMPRESSOR 2 ALARM COMPRESSOR 1 AI-ARM Drnas 1117 Do23 lo 111712023 1l:59:00 PM Slte Loc.tlon First to Last SAUL VACA SAUL VACA CH CH CH CH KW KW 01/'17123 09:54:05 0111712309:540a 01i '17123 09:36:40 01 117 123 09:46112 01117123 W:46i22 01117123 09i46:24 01 I 17 123 09:46:26 01 117123 09t47 i'19 O'l l'17123 09:47 t33 0111 23 09:49128 01117123 09:54:05 01117123 1OiC5t33 01t17123 10:05:46 O1l17l2310t$st46 0111712310i06t51 0111712310107:14 01 h? D3 10:07:16 01/17123'10:07:35 COMPRESSOR 1 ATARM COMPRESSOR 2 ALARM COMPRESSOR 1 ALARM COMPRESSOR 2 ALARM 'Test 01/17i23 10:10:13 New prlorlty:101 SAUL, VACA Item 4 Page 4 of 24 11271202311:33:52 AM Corporato Account# ALL 01117123 13142t09 Activity By Event Code Sortod By 5ot5 cs# 559405 to 559405cs# Evonl Dat,. 111712023 to 111712023 11:59:00 PM 8lt Locltlon Flr8t to LaBt 01117123 01117 t23 01t'\7t23 01t17t23 01117t23 01117t23 13:43:40 1e:22115 '16:22i26 '16122126 16i22134 16122i36 0'111 2310i54t07 01117n311136t33 01117123 11:40t30 01117123 13142t03 46 0E602 42 38OO . LATE RESTORAL ALARM SUPVHI - Sup6rvisory High Prionny 20 - TIMER TEST TCV - Two Csll Verificatioo CIR'150 - RESTORE Alarm ClR150 - RESTORE Alsrm SUPVHI - Sup€rvisory High Priority SUPVHI - SupsMsory Hlgh Priority ClR150 - RESTORE Alarm SUPVHI - Suporvlsory Hlgh Prlodty TCV . Two Call VerlflcaUon ClR150 - RESTORE Ala.m ClR150 - RESTORE Alsrm TCV . Two Call Verlflcation ClR150 - RESTORE Alam 853923 - Explrod Ta8t Cat: CUST Prev Alarm Doley Ended AC AA - Alarm Acc68s6d AC ZONDLY Zone:D6lay - 45:18900 AC FC - Fullcloat Nsw Alsrm Ev€nt 1 00 7 SUPVHI - Supervlsory High Prlortty AG AA - Abrm Accrssed AG AA - Alarm Accessrd AG FSUP . FOLLOW-UP SUPERVISORY SIGNAL 'T68l COMPRESSOR 3 AI-ARM 'T€8t DOCK TEMPERATURE 'Teat zone: 0 'ToBt ELECTRICAL RoOM ENTRY 24HR 'To6t ELECTRICAL ROOM ENTRY 24HR 'TeEt OOCK TEMPERATURE 'TeBt COMPRESSOR 1 ALARM 'ToBt COMPRESSOR 2 AI-ARM .To8t COMPRESSOR 1 ALARM .Te9I COMPRESSOR 1 ALARM 'TeEt ELECTRICAL ROOM ENTRY 24HR 'Tosl ELECTRICAL ROOM ENTRY 24HR 'TeBl COMPRESSOR 1 ALARM 'T€sl COMPRESSOR 2 ALARM 'ToEi ELECTRICAL ROOM ENTRY 24HR "Test ELECTRICAL ROOM ENTRY 24.HR 'ToBt ELECTRICAL ROoM ENTRY 24HR 'Te8t ELECTRICAL ROoM ENTRY 24HR 42 7 44 45 44 44 42 42 44 45 42 42 42 42 O1l1123 16:22:48 01117/23'16t22154 01h712316125:24 ClR150 " RESTORE Alarm ClRl50 - RESTORE Alarm TCV - Two Call Vorlfication 01117123 16:22140 01117123 16128:59 01h712316t30152 01 117 123 16i31 101 01/17123 18:06;05 0'l/17123 18:0Bil9 01117123 'l8i06t19 Full Clear OOCK TEMPERATURE0111 23'l9io2t45 01117n319.02:47 01117123 191O4t30 011171231910436 Now prlorlty:101 lnstall Co First to Last 9111712318,06:01 Item 4 Page 5 of 24 ^4,v P.O. Box 8142 La Veme, CA 91750 Ligue # 92364GCA l4 Hour Emergencl- Sen icc Tel. (626) 602-6014 Offce (909) 392-0381 Fax (909) 392-0382 Iatlt'nry 25,2023 Lineage Logisflcs 3200 E. Washlngton LosAngeles, CA Attention: Saul JC's Mechanical Inc. is pleased to provide the following investigation and proposal to r€move and replace Gforce processor on compressor C3 at Lineage Logistics,3200 E. Washington Blvd, -Los Angeles, CA . Scooe Ofworh: 1. Will remove damage processor on comprcssor C3 2. Will install new Gforce processor on compressor C3 3. Start up Compressor C3 and check that all parameter rcading are correct 4. Will calibrate compressor motor amps and slide valve if needed. 5. Check all operations and make sure all is running to manufacture specs. Total price including labor, equipmenl and tox $ 8,126.22 Please allow 10-12 weeks for delivery ol para General Conditions: Controctor ldtial.Cuslomer lniiials Item 4 Page 6 of 24 L AII work is to be completed in a workmanlike rnanner and according to standard practices. 2. All agreements contingent upon strikes, accidents or delays beyond our control. J. We have only included one (l) mobiliution any other mobilizatioos will be at an additional cost to customer. 4 All other wort not mentioned in this pmposal shall be excluded. 5. JC's Mechanical Inc based this pmposal on given requirements and specifications by Lineage Logistics and/or their representative(s). 6. If the City of Los AngeleVlos Angeles County Building/Health inspecto(s) requires us to upgrade any Utilitieystructural supports, such work shall alter the proposed price. 7. Any alterations, delays caused by others, acts of God, muddy, windy, or advene weather conditions, andlor deviations shall affect the quoted amount. 8. All material is guaranteed to be as specified. All work is to be completed in a workmanlike manner and according to standard practices. 9. Customer to have area ready before work is to commence and there will be a stand by time of $l10.00perhour per man if area is not rcady. I0. Remove debris, clean off job site, and dispose of in customen trash bin. All work to be completed during daytime regular working hours, any overtime would be an additional cost to the above quotation and addressed with an approved sigrred change order. NOTE.'lhis proposal is based on general construction practices within the industry. JC's Mechanical Inc Reserves the right to modify this proposal upon the final engineering and approval by all Govemmental aqencies. No provisions have been made to upgrade, remove, and/or relocate any and all utilities. Any City-permits, utility and govemment agency fees shall be invoiced at cost plus 15% (contracton) markup. Cancellation: In the event the purchaser cancels this order, seller may charge and purchaser agrees to pay a cancellation charge or either fifteen percent (15%) of the sales price or altematively, seller's accrued costs of the order plus forty percent (40%), whichever is sreatcr. Seller's cancellation fee will in no way be construed or interpreted to be a penalty, and is established solely for the purpose of determining with reasonable certainty seller's out-of-pocket costs and expenses which would otherwise be difficult to determine. Contrrctor I{itials --Eii6iiiiiliiis Item 4 Page 7 of 24 Exclasions: Pemrits, fees, drawings, engineering, foaming machines, chiller machine, zurveying" Restroom and/or ADA improvements, plumbing/or water supply, painting, Rubber/PVC roofmg, or any other specialty rcofing, gutters, down spouts, mechanical, Title-24 documents, HVAC Work, Freon/Ammonia leak detection systern, electrical, controls or control wiring, telecommunication(s) or related wiring, alarm systems or wiring, structural supports, fire protection, seismic upgrades, disabled access upgndes, protection bollards, racks, doors, door bucks, windows, over deck insulation, floor inzulation, Batt insulation, wall or ceiling vapor barrier, concrete./asphalt work, demolition, dumpster or trash removal, travel, per diem, additional specialty insurances, aesthetic screening, landscaping, unforeseen conditions above or below floor, unforeseen conditions above or below rorof or ceiling and walls, removal or disposal of contaminated materials, utility consumption or intemrption during construction, soils test, soils report, performance or payment bond, prevailing wages, mad improvements, asbestos testing, asbestos abatement, concrete testing, deputy inspection fees. Any costs connected with handling or abatement of hazardous materials or contaminated earth or materials. ADA Documentation, Handicap Documentation, Restroom Documentation and or Design, Site Plan, Parking analysis and or design, Califomia Green Building Code Compliance Any cost due to unforeseen underground obstructions (i.e. utility lines, concrete mass over 8" thick. Obstructions in area of construction, any alterations, delays caused by others, acts of God, or muddy or advene weather conditions, adverse weather related costs, and/or any deviations from the original scope of work, and any other work not herein specified above shall affect the quoted amount. Terms and Conditions: This proposal is subject to change and may be withdrawn if not accepted within (30) thirty days of the above date. Upon acceptance of the contract a deposit of 50%;o of the contract amount is required prior to commencement of the work. Schedule of payments to follow after contract is signed. Payment in full is due upon receipt of invoice. Any unpaid balance after 30 days will be charged a 5.5Yo late charge compounded per day. JC's Mechanical Inc reserves the right to collect attomey's fees and costs incurred related to payment of any moneys owed. This proposal and contract accepted on the day of 2023 Accepted By Lineage Logistcs @LEASE SIGN AND PRINT) Submitted By: JC's Mechanical lnc Customer lnitialsC!"tr*to. tniri"ls Item 4 Page 8 of 24 Item 4 Page 9 of 24 Item 4 Page 10 of 24 Item 4 Page 11 of 24 Item 4 Page 12 of 24 Item 4 Page 13 of 24 Item 4 Page 14 of 24 Item 4 Page 15 of 24 Item 4 Page 16 of 24 Item 4 Page 17 of 24 Item 4 Page 18 of 24 Item 4 Page 19 of 24 Item 4 Page 20 of 24 Item 4 Page 21 of 24 Item 4 Page 22 of 24 Item 4 Page 23 of 24 Item 4 Page 24 of 24 City Council Agenda Report Meeting Date:March 7, 2023 From:Scott Williams, Director of Finance Department:Finance Submitted by:Efren Peregrina Renteria, Finance Specialist Subject Operating Account Warrant Register Recommendation Approve Operating Account Warrant Register No. 104, for the period of February 5 through February 18, 2023, totaling $13,645,135.71 and consisting of ratification of electronic payments totaling $12,724,908.92 and ratification of the issuance of early checks totaling $920,226.79. Background Section 2.32.060 of the Vernon Municipal Code indicates the City Treasurer, or an authorized designee, shall prepare warrants covering claims or demands against the City which are to be presented to City Council for its audit and approval. Pursuant to the aforementioned code section, the City Treasurer has prepared Operating Account Warrant Register No. 104 covering claims and demands presented during the period of February 5 through February 18, 2023, drawn, or to be drawn, from East West Bank for City Council approval. Fiscal Impact The fiscal impact of approving Operating Account Warrant Register No. 104, totals $13,645,135.71. The Finance Department has determined that sufficient funds to pay such claims/demands, are available in the respective accounts referenced on Operating Account Warrant Register No. 104. Attachments 1. Operating Account Warrant Register No. 104 Item 5 Page 1 of 26 OPERATING ACCOUNT WARRANT REGISTERCity of VernonNo.104I hereby Certify: that claims or demands covered by the This is to certify that the claims or demandsabove listed warrants have been audited as to accuracycovered by the above listed warrants have beenand availability of funds for payments thereof; and thataudited by the City Council of the City of Vernonsaid claims or demands are accurate and that funds areand that all of said warrants are approved for pay-available for payments thereof.ments except Warrant Numbers:Scott A. WilliamsDATEDirector of Finance / City TreasurerDATEDate:Page 1 of 1Operating Account Warrant Register Memo : Warrant3/1/2023&nbsp;Item 5Page 2 of 26 Vendor Name Account Invoice AmountDescription Invoice # PO # or Contract #Payment DatePayment # Payment AmountELECTRONIC2412 - CALIFORNIA ISO 055-050-590-520150 $2.16 INITIAL & REVISED CHARGES 202302073158294673 2412 - CALIFORNIA ISO 055-050-590-520170 ($1.20) INITIAL & REVISED CHARGES 202302073158294673 2412 - CALIFORNIA ISO 055-050-590-520190 ($1,846.66) INITIAL & REVISED CHARGES 202302073158294673 2412 - CALIFORNIA ISO 055-050-590-520170 $6.07 INITIAL & REVISED CHARGES 202302073158294673 2412 - CALIFORNIA ISO 055-050-590-520150 ($1,571.09) INITIAL & REVISED CHARGES 202302073158294673 2412 - CALIFORNIA ISO 055-050-590-520170 $92.02 INITIAL & REVISED CHARGES 202302073158294673 2412 - CALIFORNIA ISO 055-050-590-520190 ($181.16) INITIAL & REVISED CHARGES 202302073158294673 2412 - CALIFORNIA ISO 055-050-590-520170 $17,220.92 INITIAL & REVISED CHARGES 202302073158294673 2412 - CALIFORNIA ISO 055-050-590-520190 $12,214.26 INITIAL & REVISED CHARGES 202302073158294673 2412 - CALIFORNIA ISO 055-050-590-520210 $12,707.83 INITIAL & REVISED CHARGES 202302073158294673 2412 - CALIFORNIA ISO 055-050-590-520150 $1,426,203.11 INITIAL & REVISED CHARGES 202302073158294673 Invoice Total: $1,464,846.262/10/2023 14278 $1,464,846.261552 - HOME DEPOT CREDIT SERVICES058-070-700-522000 $237.40 SUPPLIES 021623_MULTIPLE 230041 Invoice Total: $237.402/16/2023 14365 $237.401552 - HOME DEPOT CREDIT SERVICES056-060-600-522000 $597.54 SUPPLIES 021623_MULTIPLE(2) 230077 Invoice Total: $597.542/16/2023 14367 $597.54714 - CALPERS011-010-120-513040$1,538,693.00PREFUND OPEB 100000017085379Invoice Total: $1,538,693.002/16/2023 14371 $1,538,693.00714 - CALPERS011-030-305-512020$98.48REPLACEMENT BENEFIT FUND4970909524 Invoice Total: $98.482/14/2023 14372 $98.48CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 104MARCH 07, 2023Page 1 of 24&nbsp;Item 5Page 3 of 26 Vendor Name Account Invoice AmountDescription Invoice # PO # or Contract #Payment DatePayment # Payment AmountCITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 104MARCH 07, 20235594 - US BANK CORPORATE 999-000-000-200105 $68,394.81 PURCHASE CARDS STATEMENT- 12/22 122222 Invoice Total: $68,394.812/8/2023 14374 $68,394.815594 - US BANK CORPORATE 999-000-000-200105 $51,789.64 PURCHASE CARD STATEMENT - 01/23 012323 Invoice Total: $51,789.642/8/2023 14375 $51,789.641552 - HOME DEPOT CREDIT SERVICES055-050-570-522000 $2,093.51 SUPPLIES 021623_MULTIPLE(3) 230058 Invoice Total: $2,093.512/16/2023 14377 $2,093.511658 - WATER REPLENISHMENT DISTRICT058-070-700-520110 $189,286.05 FOR MONTH ENDING 11/30/2022 020823 Invoice Total: $189,286.052/8/2023 14248 $189,286.051490 - ALL CITY MANAGEMENT SERVICES, INC011-010-160-529215 $1,335.60 DECEMBER CROSSING GUARD SERVICES 82352 PD-0185 Invoice Total: $1,335.602/9/2023 14249 $1,335.605490 - CINTAS CORPORATION NO. 2011-040-420-524000 $123.46 UNIFORM RENTAL SERVICE 4145373620 CS-1397 5490 - CINTAS CORPORATION NO. 2011-040-420-524000 $32.47 UNIFORM RENTAL SERVICE 4145373620 CS-1397 5490 - CINTAS CORPORATION NO. 2011-040-415-524000 $12.02 UNIFORM RENTAL SERVICE 4145373620 CS-1397 5490 - CINTAS CORPORATION NO. 2011-040-430-524000 $98.46 UNIFORM RENTAL SERVICE 4145373620 CS-1397 Invoice Total: $266.412/9/2023 14250 $266.415371 - DON A. COLETTA055-050-560-660000$2,658.00DUTIES PAID FOR ENGINES26652 LP-0791 Invoice Total: $2,658.002/9/2023 14251 $2,658.001936 - EMPIRE CHEMICAL CO., INC011-040-430-522000 $4,142.39 CLEAR TRASH LINERS S5550776001 230145 Invoice Total: $4,142.392/9/2023 14252 $4,142.39Page 2 of 24&nbsp;Item 5Page 4 of 26 Vendor Name Account Invoice AmountDescription Invoice # PO # or Contract #Payment DatePayment # Payment AmountCITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 104MARCH 07, 20235350 - HAUL-AWAY RUBBISH SERVICE CO., INC011-040-415-529215 $102.00 DISPOSAL & RECYCLING SERVICES 31X10683 CS-1371 Invoice Total: $102.005350 - HAUL-AWAY RUBBISH SERVICE CO., INC011-040-415-529215 $227.00 DISPOSAL & RECYCLING SERVICES 31X10690 CS-1371 Invoice Total: $227.005350 - HAUL-AWAY RUBBISH SERVICE CO., INC011-040-415-529215 $319.00 DISPOSAL & RECYCLING SERVICES 31X10686 CS-1371 Invoice Total: $319.005350 - HAUL-AWAY RUBBISH SERVICE CO., INC011-040-410-529215 $102.00 DISPOSAL & RECYCLING SERVICES 31X10685 CS-1371 Invoice Total: $102.002/9/2023 14253 $750.005108 - JEMMOTT ROLLINS GROUP, INC011-010-140-529215 $8,100.00 PROFESSIONAL SERVICES PAYMENT 19/36FEB23 ca-0090 Invoice Total: $8,100.002/9/2023 14254 $8,100.006857 - JOSE J. SOTO 011-040-415-529000 $4,600.00 PAINTING PARKING STRUCTURE LIGHTS 400 CS-1517 Invoice Total: $4,600.002/9/2023 14255 $4,600.005807 - LOS ANGELES CENTER FOR LAW & JUSTICE011-010-140-529715 $30,000.00 2023 VCF GRANT AWARD 012623 20230048 Invoice Total: $30,000.002/9/2023 14256 $30,000.006570 - LA COUNTY BUSINESS FEDERATION055-050-580-529550 $6,000.00 MEMBERSHIP DUES 04/01/2023-03/31/20245012 Invoice Total: $6,000.002/9/2023 14257 $6,000.00804 - LB JOHNSON INDUSTRIAL HARDWARE055-050-570-529000 $30.63 SUPPLIES 124238 230059 Invoice Total: $30.63804 - LB JOHNSON INDUSTRIAL HARDWARE055-050-570-529000 $24.05 SUPPLIES 124301 230059 Invoice Total: $24.05804 - LB JOHNSON INDUSTRIAL HARDWARE055-050-570-529000 $164.24 SUPPLIES 124454 230059 Invoice Total: $164.24Page 3 of 24&nbsp;Item 5Page 5 of 26 Vendor Name Account Invoice AmountDescription Invoice # PO # or Contract #Payment DatePayment # Payment AmountCITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 104MARCH 07, 2023804 - LB JOHNSON INDUSTRIAL HARDWARE011-040-415-522000 $26.26 SUPPLIES 124559 230029 Invoice Total: $26.262/9/2023 14258 $245.187243 - MARK FLYNN 055-050-586-529670-$94.00REIMBURSEMENT - CPR CLASS FEE01242023Invoice Total: $94.002/9/2023 14259 $94.001150 - MCMASTER-CARR SUPPLY COMPANY058-070-700-660000 $2,391.42 U-BOLTS 88450684 230135 Invoice Total: $2,391.422/9/2023 14260 $2,391.425614 - NORTHWEST ELECTRICAL SERVICES, LLC058-595-700-660000 $712.50 PERFORM TECHNICAL DESIGN 1830 LP-0590 5614 - NORTHWEST ELECTRICAL SERVICES, LLC058-595-700-660000 $30,708.75 PERFORM TECHNICAL DESIGN 1830 LP-0590 5614 - NORTHWEST ELECTRICAL SERVICES, LLC055-050-560-529215 $33,060.00 PERFORM TECHNICAL DESIGN 1830 LP-0590 Invoice Total: $64,481.252/9/2023 14261 $64,481.256884 - RELX, INC011-010-115-529600$200.00CONTENT SUBSCRIPTION 01/233094277780LD-0045 Invoice Total: $200.002/9/2023 14262 $200.006198 - S&S LABOR FORCE, INC055-050-555-529215 $81,400.00 SECURITY GUARD SERVICES 11/16/22 - 12/15/228283 LP-0536 Invoice Total: $81,400.002/9/2023 14263 $81,400.002517 - SCPPA055-050-590-520154$52,312.90DESERT HARVEST II PROJECTDH0223Invoice Total: $52,312.902/9/2023 14264 $52,312.906731 - SOUTHEAST COMMUNITY FOUNDATION011-010-140-529715 $45,000.00 2023 VCF GRANT AWARD 012623 20230049 Invoice Total: $45,000.002/9/2023 14265 $45,000.003031 - SULZER PUMPS (CANADA) INC.055-050-586-529000- $11,327.92 PUMP PARTS 90645344 230102 Invoice Total: $11,327.922/9/2023 14266 $11,327.927489 - WEA CA PC011-020-200-529225$30,000.00HEALTH OFFICER SERVICES INV0027HD-0054 Invoice Total: $30,000.00Page 4 of 24&nbsp;Item 5Page 6 of 26 Vendor Name Account Invoice AmountDescription Invoice # PO # or Contract #Payment DatePayment # Payment AmountCITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 104MARCH 07, 20237489 - WEA CA PC011-020-200-529225$5,650.00HEALTH OFFICER SERVICES INV0036HD-0054 Invoice Total: $5,650.007489 - WEA CA PC011-020-200-529225$5,650.00HEALTH OFFICER SERVICES INV0037HD-0054 Invoice Total: $5,650.002/9/2023 14267 $41,300.005721 - WOODCRAFT RANGERS011-010-140-529715 $28,000.00 2023 VCF GRANT AWARD 012623 20230042 Invoice Total: $28,000.002/9/2023 14268 $28,000.005632 - 72 HR LLC058-070-700-660010$131,659.47FORD TRUCK WF4298 230008 Invoice Total: $131,659.475632 - 72 HR LLC058-070-700-660010$160,425.22FORD TRUCK WF4193 230008 Invoice Total: $160,425.222/17/2023 14305 $292,084.691581 - THE GAS COMPANY 056-060-600-526000 $314.92 GAS SERVICE FOR PERIOD 12/12/22-01/11/23011323 Invoice Total: $314.922/10/2023 14286 $314.927242 - ALAN ESCARPE 011-030-300-529500 $16.00 TRAINING:CERTIFIED GANG ENFORCEMENT OFFICER COURSE010423 Invoice Total: $16.002/17/2023 14306 $16.007089 - CAPITAL INDUSTRIAL COATINGS, LLC058-070-700-660000 $209,991.00 REHABILITATION OF RESERVOIRS 123122LP-0655 7089 - CAPITAL INDUSTRIAL COATINGS, LLC058-070-700-660000 ($10,499.55) WHITHHOLDINGS 123122 LP-0655 Invoice Total: $220,490.552/17/2023 14307 $199,491.456870 - CARLOS SALDANA 011-030-300-529500 $16.00 TRAINING:CERTIFIED GANG ENFORCEMENT OFFICER COURSE010423 Invoice Total: $16.002/17/2023 14308 $16.001401 - CENTRAL BASIN MWD 058-070-700-520130 $8,424.19 PORTABLE & RECYCLED WATER 12/22 VERDEC22 1401 - CENTRAL BASIN MWD 055-050-586-520135- $19,826.37 PORTABLE & RECYCLED WATER 12/22 VERDEC22 Invoice Total: $28,250.562/17/2023 14309 $28,250.561917 - CENTRAL BASIN WATER ASSOCATION058-070-700-529225 $4,347.58 TITLE 22 MONITORING THRU 12/31/22 12220004 Page 5 of 24&nbsp;Item 5Page 7 of 26 Vendor Name Account Invoice AmountDescription Invoice # PO # or Contract #Payment DatePayment # Payment AmountCITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 104MARCH 07, 2023Invoice Total: $4,347.582/17/2023 14310 $4,347.587262 - CITADEL ENERGY MARKETING, LLC055-050-590-520160 $443,040.00 NATURAL GAS 01/23 107082 Invoice Total: $443,040.002/17/2023 14311 $443,040.005388 - CONOCOPHILLIPS COMPANY055-050-590-520160 $130,175.00 NATURAL GAS 01/23 192289 Invoice Total: $130,175.002/17/2023 14312 $130,175.007099 - CRC MARKETING, INC 055-050-590-520160 $110,500.00 NATURAL GAS 01/23 5011125 Invoice Total: $110,500.002/17/2023 14313 $110,500.007232 - DIGITALTHINKER, INC 055-050-586-529215- $1,000.00 EAM FUNCTIONAL SERVICES 6245 IT-0180 Invoice Total: $1,000.002/17/2023 14314 $1,000.002051 - EFRAIN SANDOVAL055-050-590-529670$214.45EXPENSE REIMBURSEMENT120722Invoice Total: $214.452/17/2023 14315 $214.451936 - EMPIRE CHEMICAL CO., INC011-040-435-522000 $3,224.29 SUPPLIES S5583018001 230219 Invoice Total: $3,224.292/17/2023 14316 $3,224.295350 - HAUL-AWAY RUBBISH SERVICE CO., INC011-040-415-529215 $1,347.96 DISPOSAL & RECYCLING SERVICES 31X10684 CS-1371 Invoice Total: $1,347.965350 - HAUL-AWAY RUBBISH SERVICE CO., INC011-040-415-529215 $5,048.87 DISPOSAL & RECYCLING SERVICES 31X10691 CS-1371 Invoice Total: $5,048.872/17/2023 14317 $6,396.834500 - ICE US OTC COMMODITY MARKETS, LLC055-050-590-529215 $142.50 BROKERAGE 0123001688006 Invoice Total: $142.504500 - ICE US OTC COMMODITY MARKETS, LLC055-050-590-529215 $1,107.50 BROKERAGE 0123001688088 Invoice Total: $1,107.50Page 6 of 24&nbsp;Item 5Page 8 of 26 Vendor Name Account Invoice AmountDescription Invoice # PO # or Contract #Payment DatePayment # Payment AmountCITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 104MARCH 07, 20232/17/2023 14318 $1,250.006857 - JOSE J. SOTO011-040-415-529000$750.00ADMIN CONFERENCE ROOM PAINT401 20230061 Invoice Total: $750.002/17/2023 14319 $750.00804 - LB JOHNSON INDUSTRIAL HARDWARE011-040-415-522000 $32.84 SUPPLIES 124688 230029 Invoice Total: $32.84804 - LB JOHNSON INDUSTRIAL HARDWARE011-040-415-522000 $16.97 SUPPLIES 124598 230029 Invoice Total: $16.97804 - LB JOHNSON INDUSTRIAL HARDWARE058-070-700-522000 $392.86 SUPPLIES 124139 230042 Invoice Total: $392.86804 - LB JOHNSON INDUSTRIAL HARDWARE058-070-700-522000 $103.61 SUPPLIES 124250 230042 Invoice Total: $103.612/17/2023 14320 $546.286086 - MACQUARIE ENERGY NORTH AMERICA TRADING055-050-590-520160 $1,638,820.75 NATURAL GAS 01/23 GASI00177160 Invoice Total: $1,638,820.752/17/2023 14321 $1,638,820.754856 - MELISSA YBARRA 095-095-905-705050- $150.00 SEWC ATTENDANCE STIPEND 02/02/23 020223 Invoice Total: $150.002/17/2023 14322 $150.006571 - NATIONAL READY MIXED CONCRETE COMPANY011-400-000-401250 $71,521.60 SALES TAX SHARING | 2022 Q3 020823 Invoice Total: $71,521.602/17/2023 14323 $71,521.606687 - NEXTDAY DELIVERY SERVICE, LLC011-010-130-522000 $332.39 POSTAGE FEES 811353 FI-0041 Invoice Total: $332.392/17/2023 14324 $332.395709 - NOBEL SYSTEMS, INC 011-010-110-529110 $10,000.00 ANNUAL SOFTWARE SUBSCRIPTION 15538 230205 Invoice Total: $10,000.002/17/2023 14325 $10,000.00Page 7 of 24&nbsp;Item 5Page 9 of 26 Vendor Name Account Invoice AmountDescription Invoice # PO # or Contract #Payment DatePayment # Payment AmountCITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 104MARCH 07, 20236801 - NTT CLOUD COMMUNICATIONS U.S., INC011-010-110-526010 $230.00 AUDIO CONFERENCE CHARGES USINV2212216462 Invoice Total: $230.006801 - NTT CLOUD COMMUNICATIONS U.S., INC011-010-110-526010 $230.00 AUDIO CONFERENCE CHARGES USINV2210213288 Invoice Total: $230.002/17/2023 14326 $460.00629 - OPEN ACCESS TECHNOLOGY INTL055-050-590-529215 $919.80 ETS TAGGING SERVICES 174807 230088 Invoice Total: $919.802/17/2023 14327 $919.805908 - PACIFIC SUMMIT ENERGY, LLC055-050-590-520160 $347,075.00 NATURAL GAS 01/23 237631 Invoice Total: $347,075.002/17/2023 14328 $347,075.006446 - RAYMOND GODOY011-030-300-529500$32.00TRAINING: RADAR/LIDAR OPERATOR012323Invoice Total: $32.002/17/2023 14329 $32.006884 - RELX, INC011-010-115-529600$200.00SUBSCRIPTION CONTENT 11/223094209874LD-0045 Invoice Total: $200.002/17/2023 14330 $200.006198 - S&S LABOR FORCE, INC055-050-580-529215 $11,492.00 SECURITY SERVICES 11/16/22-12/15/228284 LP-0536 Invoice Total: $11,492.002/17/2023 14331 $11,492.003672 - SC COMMERCIAL, LLC 055-050-586-529000- $4,201.95 FUEL & OIL2282650IN 230151 Invoice Total: $4,201.952/17/2023 14332 $4,201.951581 - THE GAS COMPANY055-050-590-520160$10,000.00NATURAL GAS 01/23202301GS019Invoice Total: $10,000.002/17/2023 14333 $10,000.007077 - TRACEPOINT, LLC 011-010-110-529110 $262.50 DIGITAL FORENSICS & INCIDENT REPORTINGTIN220106MI1 IT-0169 Invoice Total: $262.502/17/2023 14334 $262.502227 - US DEPARTMENT OF ENERGY055-050-590-520180 $29,817.21 BOULDER CANYON PROJECT CHARGES 01/23GG1766W0123 Page 8 of 24&nbsp;Item 5Page 10 of 26 Vendor Name Account Invoice AmountDescription Invoice # PO # or Contract #Payment DatePayment # Payment AmountCITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 104MARCH 07, 20232227 - US DEPARTMENT OF ENERGY055-050-590-520150 $16,074.13 BOULDER CANYON PROJECT CHARGES 01/23GG1766W0123 Invoice Total: $45,891.342/17/2023 14335 $45,891.341695 - VULCAN MATERIALS COMPANY058-070-700-522000 $411.94 ASPHALT 73500125 230047 Invoice Total: $411.942/17/2023 14336 $411.941552 - HOME DEPOT CREDIT SERVICES058-070-700-522000 $1,494.97 SUPPLIES 021723_MULTIPLE 230041Invoice Total: $1,494.972/17/2023 14366 $1,494.971552 - HOME DEPOT CREDIT SERVICES056-060-600-522000 $414.49 SUPPLIES 021723_MULTIPLE 230077Invoice Total: $414.492/17/2023 14368 $414.491552 - HOME DEPOT CREDIT SERVICES055-050-586-522000 $980.41 SUPPLIES 021723_MULTIPLE 230052Invoice Total: $980.412/17/2023 14369 $980.412412 - CALIFORNIA ISO 055-050-590-520150 $524,650.31 INITIAL & REVISED CHARGES 202301243158411000 2412 - CALIFORNIA ISO 055-050-590-520150 $1,643,003.34 INITIAL & REVISED CHARGES 202301243158411000 2412 - CALIFORNIA ISO 055-050-590-520170 $4,514.84 INITIAL & REVISED CHARGES 202301243158411000 2412 - CALIFORNIA ISO 055-050-590-520150 ($435.58) INITIAL & REVISED CHARGES 202301243158411000 2412 - CALIFORNIA ISO 055-050-590-520150 ($6.54) INITIAL & REVISED CHARGES 202301243158411000 2412 - CALIFORNIA ISO 055-050-590-520240 $8,688.75 INITIAL & REVISED CHARGES 202301243158411000 2412 - CALIFORNIA ISO 055-050-590-520170 $987.47 INITIAL & REVISED CHARGES 202301243158411000 2412 - CALIFORNIA ISO 055-050-590-520180 ($221.76) INITIAL & REVISED CHARGES 202301243158411000 2412 - CALIFORNIA ISO 055-050-590-520190 $4,611.50 INITIAL & REVISED CHARGES 202301243158411000 2412 - CALIFORNIA ISO 055-050-590-520210 $3,642.51 INITIAL & REVISED CHARGES 202301243158411000 Page 9 of 24&nbsp;Item 5Page 11 of 26 Vendor Name Account Invoice AmountDescription Invoice # PO # or Contract #Payment DatePayment # Payment AmountCITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 104MARCH 07, 20232412 - CALIFORNIA ISO 055-050-590-520170 ($24,412.60) INITIAL & REVISED CHARGES 202301243158411000 2412 - CALIFORNIA ISO 055-050-590-520170 $1.90 INITIAL & REVISED CHARGES 202301243158411000 2412 - CALIFORNIA ISO 055-050-590-520190 $102.36 INITIAL & REVISED CHARGES 202301243158411000 2412 - CALIFORNIA ISO 055-050-590-520190 $8,817.50 INITIAL & REVISED CHARGES 202301243158411000 2412 - CALIFORNIA ISO 055-050-590-520210 $10,045.00 INITIAL & REVISED CHARGES 202301243158411000 Invoice Total: $2,183,989.002/17/2023 14370 $2,183,989.003049 - PETRELLI ELECTRIC, INC055-050-585-660000 $774,681.23 ELECTRIC SERVICE MAINTENANCE 01/23230031 LP-0761-1 3049 - PETRELLI ELECTRIC, INC059-080-800-660000 $45,302.05 ELECTRIC SERVICE MAINTENANCE 01/23 230031 LP-0761-1 3049 - PETRELLI ELECTRIC, INC058-070-700-660000 $22,280.40 ELECTRIC SERVICE MAINTENANCE 01/23 230031 LP-0761-1 3049 - PETRELLI ELECTRIC, INC055-050-565-529000 $1,261,007.68 ELECTRIC SERVICE MAINTENANCE 01/23 230031 LP-0761-1 3049 - PETRELLI ELECTRIC, INC055-050-550-529000 $110,631.80 ELECTRIC SERVICE MAINTENANCE 01/23230031 LP-0761-1 3049 - PETRELLI ELECTRIC, INC059-080-800-529000 $8,703.60 ELECTRIC SERVICE MAINTENANCE 01/23 230031 LP-0761-1 3049 - PETRELLI ELECTRIC, INC055-050-585-660000 $547,508.12 ELECTRIC SERVICE MAINTENANCE 01/23230031 LP-0761-1 3049 - PETRELLI ELECTRIC, INC055-050-585-660000 $2,553.40 ELECTRIC SERVICE MAINTENANCE 01/23 230031 LP-0761-1 3049 - PETRELLI ELECTRIC, INC055-050-585-660000 $412,663.83 ELECTRIC SERVICE MAINTENANCE 01/23230031 LP-0761-1 Invoice Total: $3,185,332.112/17/2023 14373 $3,185,332.111552 - HOME DEPOT CREDIT SERVICES055-050-586-522000 $738.86 SUPPLIES 021723_MULTIPLE 230052Invoice Total: $738.862/17/2023 14376 $738.862517 - SCPPA 055-050-590-520180 $230,031.00 PALO VERDE PROJECT: JANUARY 2023 CAPACITYPV0123 2517 - SCPPA 055-050-586-520135- $47,897.00 PALO VERDE PROJECT: DECEMBER 2022 ENERGYPV0123 2517 - SCPPA058-070-700-522000$10,000.00PALO VERDE PROJECT: PSFPV0123Page 10 of 24&nbsp;Item 5Page 12 of 26 Vendor Name Account Invoice AmountDescription Invoice # PO # or Contract #Payment DatePayment # Payment AmountCITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 104MARCH 07, 2023Invoice Total: $287,928.001/20/2023 14379 $287,928.00TOTAL ELECTRONIC $12,724,908.92Page 11 of 24&nbsp;Item 5Page 13 of 26 Vendor Name Account Invoice AmountDescription Invoice # PO # or Contract #Payment DatePayment # Payment AmountCITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 104MARCH 07, 2023EARLY CHECKS7516 - 38TH AND SANTA FE, LLC011-400-000-400900 $3,806.96 SPECIAL PARCEL TAX REFUND 6302-019-022 FY19-20012623 Invoice Total: $3,806.962/8/2023 610447 $3,806.967516 - 38TH AND SANTA FE, LLC011-400-000-400900 $1,323.74 SPECIAL PARCEL TAX REFUND 6302-019-022 FY20-21012623(2) Invoice Total: $1,323.742/8/2023 610448 $1,323.744448 - BATTERY SYSTEMS, INC011-040-420-522000 $141.60 VEHICLE BATTERIES 38962301030839 230012 Invoice Total: $141.604448 - BATTERY SYSTEMS, INC011-040-420-522000 $959.31 VEHICLE BATTERIES 38962301270820 230012 Invoice Total: $959.312/8/2023 610449 $1,100.916054 - BEAR COMMUNICATIONS INC011-030-300-529000 $842.33 RADIO EQUIPMENT MAINTENANCE FOR NOVEMBER5462960 PD-0186 Invoice Total: $842.336054 - BEAR COMMUNICATIONS INC011-030-300-529000 $842.33 RADIO EQUIPMENT MAINTENANCE FOR DECEMBER5478007 PD-0186 Invoice Total: $842.336054 - BEAR COMMUNICATIONS INC011-030-300-529000 $842.33 RADIO EQUIPMENT MAINTENANCE FOR JANUARY5492437 PD-0186 Invoice Total: $842.336054 - BEAR COMMUNICATIONS INC011-030-300-529000 $842.33 RADIO EQUIPMENT MAINTENANCE FOR FEBRUARY5507015 PD-0186 Invoice Total: $842.332/8/2023 610450 $3,369.325366 - BLACK & WHITE EMERGENCY VEHICLES, LLC011-030-300-527000 $460.00 RADIO REMOVAL/INSTALL 4825 230167 Invoice Total: $460.005366 - BLACK & WHITE EMERGENCY VEHICLES, LLC011-030-300-527000 $2,131.12 SIREN REPLACEMENT 4814 230123 Invoice Total: $2,131.122/8/2023 610451 $2,591.127509 - CARLOS VELAZQUEZ011-010-120-529215$62.00LIVESCAN REIMBURSEMENT122322 Invoice Total: $62.002/8/2023 610452 $62.00Page 12 of 24&nbsp;Item 5Page 14 of 26 Vendor Name Account Invoice AmountDescription Invoice # PO # or Contract #Payment DatePayment # Payment AmountCITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 104MARCH 07, 20234163 - CENTRAL FORD AUTOMOTIVE, INC.011-040-420-522000 ($82.69) AUTO PARTS 19560 230015 Invoice Total: ($82.69)4163 - CENTRAL FORD AUTOMOTIVE, INC.011-040-420-522000 $1,106.68 AUTO PARTS 21200 230015 Invoice Total: $1,106.682/8/2023 610453 $1,023.991108 - CITY OF BELL 011-010-160-529215 $6,947.00 REIMBURSEMENT AGREEMENT BELL SHELTER207 20230074 Invoice Total: $6,947.002/8/2023 610454 $6,947.00310 - CRAIG WELDING SUPPLY, CO055-050-586-522000- $35.00 CYLINDER REFILLS 647085 230050 Invoice Total: $35.00310 - CRAIG WELDING SUPPLY, CO055-050-586-522000- $572.47 WELDING SUPPLIES 647155 230050 Invoice Total: $572.472/8/2023 610455 $607.47399 - GARVEY EQUIPMENT COMPANY011-040-420-522000 $68.72 AUTO PARTS 150309 230017 Invoice Total: $68.722/8/2023 610456 $68.727107 - GEOTAB USA, INC011-040-420-529000$750.50GPS SERVICESIN329005CS-1475 Invoice Total: $750.502/8/2023 610457 $750.501712 - GRAINGER, CO011-040-435-522000$238.83 SUPPLIES & PARTS9583265724230028 Invoice Total: $238.831712 - GRAINGER, CO011-040-435-522000$37.18PARTS & SUPPLIES9407231084230028 Invoice Total: $37.181712 - GRAINGER, CO011-040-435-522000$523.56PARTS & SUPPLIES9441898492230028 Invoice Total: $523.561712 - GRAINGER, CO011-040-435-522000$422.72SUPPLIES & PARTS9415921775230028 Invoice Total: $422.721712 - GRAINGER, CO011-040-435-522000$1,542.95CEILING TILE9583730065230028 Invoice Total: $1,542.952/8/2023 610458 $2,765.244035 - GTO AUTO GLASS011-040-420-522000$200.00WINDSHIELD REPLACEMENT10507521 230213 4035 - GTO AUTO GLASS011-040-420-529000$195.00WINDSHIELD REPLACEMENT10507521 230213 Invoice Total: $395.002/8/2023 610459 $395.00Page 13 of 24&nbsp;Item 5Page 15 of 26 Vendor Name Account Invoice AmountDescription Invoice # PO # or Contract #Payment DatePayment # Payment AmountCITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 104MARCH 07, 20237502 - JASON TARASI 011-010-120-529215$62.00LIVESCAN REIMBURSEMENT111522 Invoice Total: $62.002/8/2023 610460 $62.003342 - LIBERTY MANUFACTURING, INC011-030-300-529000 $552.00 DECEMBER SHOOTING RANGE MAINTENANCE546 PD-0183 Invoice Total: $552.002/8/2023 610461 $552.007517 - M&J INVESTMENT, LLC 011-400-000-400900 $1,364.14 SPECIAL PARCEL TAX REFUND 6308-016-048 FY21-22012623 Invoice Total: $1,364.142/8/2023 610462 $1,364.14309 - NAPA AUTO PARTS011-040-420-522000$50.38AUTO PARTS 172314230203 Invoice Total: $50.38309 - NAPA AUTO PARTS011-040-420-522000$460.98AUTO PARTS 171736230203 Invoice Total: $460.98309 - NAPA AUTO PARTS011-040-420-522000$83.56AUTO PARTS 173343 230203 Invoice Total: $83.56309 - NAPA AUTO PARTS011-040-420-522000$49.84AUTO PARTS 173353 230203 Invoice Total: $49.84309 - NAPA AUTO PARTS011-040-420-522000$67.87AUTO PARTS 173344230203 Invoice Total: $67.872/8/2023 610463 $712.631148 - NORMAN SUTHERLIN 011-010-120-513030 $2,159.04 LACO FIRE 1014 MEDICAL INSURANCE 020123 Invoice Total: $2,159.042/8/2023 610464 $2,159.043106 - OCEAN BLUE ENVIRONMENTAL SERVICES, INC011-020-200-529225 $1,260.16 AREA CLEANUP SERVICES 37626 HD-0050 Invoice Total: $1,260.162/8/2023 610465 $1,260.162617 - OPERATION TECHNOLOGY, INC055-050-585-529110 $8,156.00 ETAP USER SUPPORT & UPGRADE 75615IN 230189 Invoice Total: $8,156.002/8/2023 610466 $8,156.007518 - R. DAGAN PROPERTIES, LLC011-400-000-400900 $778.18 SPECIAL PARCEL TAX REFUND 6308-006-004 FY21-22012623 Invoice Total: $778.182/8/2023 610467 $778.183908 - RAFAEL A. LOPEZ011-040-420-522000$193.37TIRES 7241 230018 Page 14 of 24&nbsp;Item 5Page 16 of 26 Vendor Name Account Invoice AmountDescription Invoice # PO # or Contract #Payment DatePayment # Payment AmountCITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 104MARCH 07, 2023Invoice Total: $193.373908 - RAFAEL A. LOPEZ011-040-420-529000$40.00TIRE REPAIR7253 230018 Invoice Total: $40.003908 - RAFAEL A. LOPEZ011-040-420-522000$271.02NEW TIRE 7341 230018 Invoice Total: $271.023908 - RAFAEL A. LOPEZ011-040-420-529000$45.00TIRE REPAIR7340 230018 Invoice Total: $45.003908 - RAFAEL A. LOPEZ011-040-420-522000$83.87NEW TIRE 7362 230018 Invoice Total: $83.873908 - RAFAEL A. LOPEZ011-040-420-522000$452.45NEW TIRE 7389 230018 Invoice Total: $452.452/8/2023 610468 $1,085.71291 - SO CAL ASSOC OF GOVERNMENTS011-010-110-529550 $132.00 DUES ASSESSMENT FY 22/23 SCAGFY230193 Invoice Total: $132.002/8/2023 610469 $132.00287 - STATE WATER RESOURCES CONTROL058-070-700-529215 $10,103.80 ANNUAL FEES 07/01/2022-06/30/2023 LW-1039158 Invoice Total: $10,103.802/8/2023 610470 $10,103.807499 - STEPHANIE AGUILAR011-010-120-529215$62.00LIVESCAN REIMBURSEMENT121522 Invoice Total: $62.002/8/2023 610471 $62.006997 - TRINITY CONSULTANTS, INC011-020-200-529225 $2,165.00 ENVIRONMENTAL REMEDIATION SERVICES1371163 HD-0041 Invoice Total: $2,165.002/8/2023 610472 $2,165.006619 - TYNER CONSULTING SERVICES, INC056-060-600-529225 $4,950.00 GAS DIVISION TRAINING 1612 GD-0161 Invoice Total: $4,950.002/8/2023 610473 $4,950.00883 - UNITED RENTALS (NORTH AMERICA), INC011-040-415-522000 $858.98 EQUIPMENT TOOL RENTALS 214534217001 CS-1470 Invoice Total: $858.982/8/2023 610474 $858.983103 - WEATHERPROOFING TECHNOLOGIES, INC011-040-415-529000 $1,146.10 ROOF MAINTENANCE SERVICES 96933767 CS-1461 Invoice Total: $1,146.10Page 15 of 24&nbsp;Item 5Page 17 of 26 Vendor Name Account Invoice AmountDescription Invoice # PO # or Contract #Payment DatePayment # Payment AmountCITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 104MARCH 07, 20233103 - WEATHERPROOFING TECHNOLOGIES, INC011-040-415-529000 $4,125.00 ROOF LEAK REPAIR 96929963 CS-1515 Invoice Total: $4,125.002/8/2023 610475 $5,271.101088 - WON DOOR CORPORATION011-040-415-529000 $3,032.32 CITY CLERK'S OFFICE DOOR REPAIR 275561 CS-1502 Invoice Total: $3,032.322/8/2023 610476 $3,032.32294 - BACKFLOW APPARATUS & VALVE CO011-040-415-529000 $640.00 BACKFLOW DEVICES - YEARLY 2022 197192 CS-1473 Invoice Total: $640.002/13/2023 610477 $640.007100 - CEDRO CONSTRUCTION, INC058-070-700-660000 $130,000.00 WELL# 22 EQUIP & SITE IMPROVEMENTS120522 LP-0654 7100 - CEDRO CONSTRUCTION, INC058-070-700-660000 ($6,500.00) WELL# 22 EQUIP & SITE IMPROVEMENTS123122 LP-0654 Invoice Total: $123,500.007100 - CEDRO CONSTRUCTION, INC058-070-700-660000 $90,000.00 WELL# 22 EQUIP & SITE IMPROVEMENTS123122 LP-0654 7100 - CEDRO CONSTRUCTION, INC058-070-700-660000 ($4,500.00) WELL# 22 EQUIP & SITE IMPROVEMENTS123122 LP-0654 Invoice Total: $85,500.002/13/2023 610478 $209,000.001473 - CITY OF DOWNEY011-020-200-529225$3,008.98ANIMAL CONTROL SERVICES 236317HD-0037 Invoice Total: $3,008.982/13/2023 610479 $3,008.984860 - CLEANSTREET, LLC011-040-430-529000$27,162.29STREET SWEEPING SERVICES 12/22104910CSCS-1434 Invoice Total: $27,162.292/13/2023 610480 $27,162.297326 - COSCO FIRE PROTECTION, INC055-050-586-520230- $120.00 CENTRAL STATION MONITORING 1000592763 LP-0733 Invoice Total: $120.002/13/2023 610481 $120.006696 - ELLIOTT AUTO SUPPLY CO, INC011-040-420-522000 $446.49 AUTO PARTS 125109580 230016 Invoice Total: $446.496696 - ELLIOTT AUTO SUPPLY CO, INC011-040-420-522000 $247.75 AUTO PARTS 125108139 230016 Invoice Total: $247.752/13/2023 610482 $694.24Page 16 of 24&nbsp;Item 5Page 18 of 26 Vendor Name Account Invoice AmountDescription Invoice # PO # or Contract #Payment DatePayment # Payment AmountCITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 104MARCH 07, 20237469 - ENVIRONMENTAL SCIENCE ASSOCIATES011-020-200-529225 $8,486.25 TECHNICAL CONSULTING SERVICES 180871 HD-0052 Invoice Total: $8,486.252/13/2023 610483 $8,486.254181 - FRANCHISE TAX BOARD011-000-000-210260 $50.00 GARNISHMENT 012623 Invoice Total: $50.002/13/2023 610484 $50.002208 - HILL BROTHERS CHEMICAL CO055-050-586-520230- $7,717.39 AMMONIA DELIVERY 01/04/23 7156258 LP-0766 Invoice Total: $7,717.392/13/2023 610485 $7,717.392361 - LITTLEJOHN REULAND CORP055-050-586-529000- $1,547.96 COOLING FAN MOTOR REPAIR 63079 LP-0789 Invoice Total: $1,547.962/13/2023 610486 $1,547.966520 - MATHESON TRI-GAS, INC055-050-586-520230- $415.10 WELDING SUPPLIES 26876279 LP-0790 Invoice Total: $415.102/13/2023 610487 $415.10309 - NAPA AUTO PARTS011-040-420-522000$268.17AUTO PARTS 174457230203 Invoice Total: $268.172/13/2023 610488 $268.176185 - NEWGEN STRATEGIES & SOLUTIONS, LLC056-060-600-529225 $239.40 SERVICES AGREEMENT 14914 GD-0121 6185 - NEWGEN STRATEGIES & SOLUTIONS, LLC056-060-600-529215 $75.60 SERVICES AGREEMENT 14914 GD-0121 Invoice Total: $315.002/13/2023 610489 $315.004111 - PACIFIC COMMERCIAL TRUCK BODY055-050-555-527000 $4,184.70 PURCHASE & INSTALLATION OF LIFTGATE28743 230117 Invoice Total: $4,184.702/13/2023 610490 $4,184.704451 - QUALITY JET ROOTER, INC011-040-415-529000 $4,095.00 PLUMBING SERVICES 13793 CS-1464 Invoice Total: $4,095.002/13/2023 610491 $4,095.00Page 17 of 24&nbsp;Item 5Page 19 of 26 Vendor Name Account Invoice AmountDescription Invoice # PO # or Contract #Payment DatePayment # Payment AmountCITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 104MARCH 07, 20236997 - TRINITY CONSULTANTS, INC011-020-200-529225 $6,819.56 ENVIRONMENTAL SERVICES 10/28/22 - 11/29/221367046 20230057 Invoice Total: $6,819.562/13/2023 610492 $6,819.561088 - WON DOOR CORPORATION011-040-415-529000 $8,987.88 CITY CLERK'S OFFICE DOOR REPAI 275287CS-1502 Invoice Total: $8,987.882/13/2023 610493 $8,987.886372 - XPRESS WASH, INC011-040-420-529000$957.00CAR WASH SERVICES15915 CS-1450 Invoice Total: $957.002/13/2023 610494 $957.002000 - ADVANCED FILTRATION CONCEPTS055-050-586-529000- $793.33 GENERATOR COOLING FILTERS 21060 LP-0793 Invoice Total: $793.332/16/2023 610495 $793.334026 - AIRWAVE COMMUNICATIONS ENTERPRISES011-040-420-522000 $927.10 LIGHT BAR & LIGHT INSTALLATION 19522 230229 4026 - AIRWAVE COMMUNICATIONS ENTERPRISES011-040-420-529000 $1,615.00 LIGHT BAR & LIGHT INSTALLATION 19522 230229 Invoice Total: $2,542.104026 - AIRWAVE COMMUNICATIONS ENTERPRISES011-040-420-522000 $927.10 LIGHT & STROBES INSTALLATION 19521 230231 4026 - AIRWAVE COMMUNICATIONS ENTERPRISES011-040-420-529000 $1,615.00 LIGHT & STROBES INSTALLATION 19521 230231 Invoice Total: $2,542.102/16/2023 610496 $5,084.2051 - AMERICAN WATER WORKS ASSOCIATION058-070-700-529550 $2,517.00 MEMBERSHIP 05/01/2023 - 04/30/2024 SO70292 Invoice Total: $2,517.002/16/2023 610497 $2,517.007526 - ANA VALENCIA 095-095-905-705050- $150.00 SEWC ATTENDANCE STIPEND 02/02/23 020223 Invoice Total: $150.002/16/2023 610498 $150.007449 - ANDREW C. LARA 095-095-905-705050- $150.00 SEWC ATTENDANCE STIPEND 02/02/23 020223 Page 18 of 24&nbsp;Item 5Page 20 of 26 Vendor Name Account Invoice AmountDescription Invoice # PO # or Contract #Payment DatePayment # Payment AmountCITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 104MARCH 07, 2023Invoice Total: $150.002/16/2023 610499 $150.006054 - BEAR COMMUNICATIONS INC011-010-110-529110 $650.00 MAINTENANCE & REPAIRS 5497495 IT-0194 Invoice Total: $650.006054 - BEAR COMMUNICATIONS INC011-010-110-529110 $3,564.53 KEY CARD INSTALL 5471201 IT-0193 Invoice Total: $3,564.532/16/2023 610500 $4,214.53352 - BENITO ROBERTO PEREZ011-040-410-529000 $394.48 KEY REPAIR SERVICES 32740 CS-1465 Invoice Total: $394.482/16/2023 610501 $394.481752 - BENNETT-BOWEN & LIGHTHOUSE, INC011-040-420-522000 $2,184.06 LIGHTBAR & CONTROLLER 3022442 230225 Invoice Total: $2,184.061752 - BENNETT-BOWEN & LIGHTHOUSE, INC011-040-420-522000 $1,834.56 LIGHTBAR 3022443 230224 Invoice Total: $1,834.561752 - BENNETT-BOWEN & LIGHTHOUSE, INC011-040-420-522000 $431.08 LIGHTBAR CONTROLLER 3022460 230226 Invoice Total: $431.082/16/2023 610502 $4,449.707208 - BOYD & ASSOCIATES 056-060-600-529215 $105.00 ALARM MONITORING SVCS 01/23-03/23 291919 230109 Invoice Total: $105.002/16/2023 610503 $105.00256 - CALPORTLAND COMPANY056-060-600-522000 $2,939.32 CONCRETE 95742324 GD-0153 Invoice Total: $2,939.322/16/2023 610504 $2,939.327523 - CHUONG V. VO 095-095-905-705050- $150.00 SEWC ATTENDANCE STIPEND 02/02/23 02022023 Invoice Total: $150.002/16/2023 610505 $150.001108 - CITY OF BELL 011-010-160-529215 $7,973.00 SHARED COST AGREEMENT - BELL SHELTER307 20230074 Invoice Total: $7,973.002/16/2023 610506 $7,973.004860 - CLEANSTREET, LLC011-040-430-529000$27,162.29STREET SWEEPING SERVICES 01/23105183CSCS-1434 Page 19 of 24&nbsp;Item 5Page 21 of 26 Vendor Name Account Invoice AmountDescription Invoice # PO # or Contract #Payment DatePayment # Payment AmountCITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 104MARCH 07, 2023Invoice Total: $27,162.292/16/2023 610507 $27,162.29331 - COMMERCIAL DOOR OF LOS ANGELES COUNTY011-040-415-529000 $2,273.99 SECURITY GATE AND DOOR SERVICE 20883 CS-1472 Invoice Total: $2,273.99331 - COMMERCIAL DOOR OF LOS ANGELES COUNTY011-040-415-529000 $837.06 SECURITY GATE AND DOOR SERVICE 20670 CS-1472 Invoice Total: $837.062/16/2023 610508 $3,111.056693 - CWE011-040-430-529225$4,999.00CONSULTATION SERVICES 23053 CS-1520 Invoice Total: $4,999.006693 - CWE011-040-430-529225$4,999.00PERMIT REPORTING SERVICES23052 CS-1518 Invoice Total: $4,999.002/16/2023 610509 $9,998.004613 - DANIELS TIRE SERVICE 011-040-420-522000 $810.30 NEW TIRES 200465681 230214 4613 - DANIELS TIRE SERVICE 011-040-420-529000 $7.00 NEW TIRES 200465681 230214 Invoice Total: $817.302/16/2023 610510 $817.307260 - DONALDSON COMPANY, INC055-050-586-529000- $101,372.40 FILTERS 6705501 230116 Invoice Total: $101,372.402/16/2023 610511 $101,372.40456 - GATEWAY CITIES COUNCIL OF GOVT011-010-105-529550 $13,650.00 MEMBERSHIP DUES FY 22/23 111622 Invoice Total: $13,650.002/16/2023 610512 $13,650.001355 - HACH COMPANY055-050-586-520230-$717.17SUPPLIES 13385756230051 Invoice Total: $717.171355 - HACH COMPANY055-050-586-520230-$1,450.11 SUPPLIES 13394698230051 Invoice Total: $1,450.112/16/2023 610513 $2,167.282887 - HARRINGTON INDUSTRIAL PLASTICS, LLC058-070-700-522000 $2,385.55 PUMP PARTS 1Z9293 230150 Invoice Total: $2,385.552887 - HARRINGTON INDUSTRIAL PLASTICS, LLC058-070-700-522000 $1,216.29 PUMP MOTOR 1Z9877 230150 Invoice Total: $1,216.292/16/2023 610514 $3,601.84Page 20 of 24&nbsp;Item 5Page 22 of 26 Vendor Name Account Invoice AmountDescription Invoice # PO # or Contract #Payment DatePayment # Payment AmountCITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 104MARCH 07, 20233488 - HILDA MORENO011-010-120-529680$573.00TUITION REIMBURSEMENT020123Invoice Total: $573.002/16/2023 610515 $573.00212 - INDEPENDENT CITIES ASSOCIATION011-010-105-529550 $700.00 CITY MEMBERSHIP 07/01/22 - 06/30/23 1209 Invoice Total: $700.002/16/2023 610516 $700.005093 - JCL TRAFFIC SERVICES 011-040-430-522000 $1,263.74 SQUARE POST BASES 118225 230218 Invoice Total: $1,263.742/16/2023 610517 $1,263.747522 - KEVIN OMAR LAINEZ 095-095-905-705050- $150.00 SEWC ATTENDANCE STIPEND 02/02/23 020223 Invoice Total: $150.002/16/2023 610518 $150.001792 - LA COUNTY ASSESSOR OFFICE011-010-110-529110 $50.00 PARCEL MANAGEMENT SYSTEM 23ASRE068 IT-0153 Invoice Total: $50.002/16/2023 610519 $50.00897 - LEAGUE OF CALIFORNIA CITIES011-010-105-529550 $86.00 MEMBERSHIP DUES 643611 Invoice Total: $86.002/16/2023 610520 $86.003342 - LIBERTY MANUFACTURING, INC011-030-300-529000 $537.00 SHOOTING RANGE MAINTENANCE 544 PD-0183 Invoice Total: $537.002/16/2023 610521 $537.007450 - MARIA DEL PILAR AVALOS095-095-905-705050- $150.00 SEWC ATTENDANCE STIPEND 02/02/23 020223 Invoice Total: $150.002/16/2023 610522 $150.007448 - MARIA ISABEL AGUAYO095-095-905-705050- $150.00 SEWC ATTENDANCE STIPEND 02/02/23 020223 Invoice Total: $150.002/16/2023 610523 $150.00309 - NAPA AUTO PARTS011-040-420-522000$5.46AUTO PARTS 174274230203 Invoice Total: $5.46309 - NAPA AUTO PARTS011-040-420-522000$34.89AUTO PARTS 174361 230203 Invoice Total: $34.892/16/2023 610524 $40.35Page 21 of 24&nbsp;Item 5Page 23 of 26 Vendor Name Account Invoice AmountDescription Invoice # PO # or Contract #Payment DatePayment # Payment AmountCITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 104MARCH 07, 20237451 - OCTAVIO C. MARTINEZ 095-095-905-705050- $150.00 SEWC ATTENDANCE STIPEND 02/02/23 020223 Invoice Total: $150.002/16/2023 610525 $150.007399 - PRIME GOVERNMENT SOLUTIONS, INC011-010-110-529110 $2,199.49 AGENDA MANAGEMENT SOFTWARE PG000366SIIT-0181 Invoice Total: $2,199.497399 - PRIME GOVERNMENT SOLUTIONS, INC011-010-110-529110 $2,000.00 AGENDA MANAGEMENT SOFTWARE PG000411SIIT-0181 Invoice Total: $2,000.002/16/2023 610526 $4,199.497478 - Q-MATION, INC 058-070-700-660000$176,291.96SOFTWARE LICENSES 101239230128 Invoice Total: $176,291.962/16/2023 610527 $176,291.963908 - RAFAEL A. LOPEZ011-040-420-522000$744.60NEW TIRES 7418 230018 3908 - RAFAEL A. LOPEZ011-040-420-529000$7.00NEW TIRES 7418 230018 Invoice Total: $751.602/16/2023 610528 $751.603900 - RICHARDS, WATSON & GERSHON095-095-905-705020- $102.00 SEWC PROFESSIONAL SERVICES 11/22 240243 Invoice Total: $102.003900 - RICHARDS, WATSON & GERSHON095-095-905-705020- $255.00 SEWC PROFESSIONAL SERVICES 01/23 241255 Invoice Total: $255.002/16/2023 610529 $357.007356 - SLATE ROCK FR LLC055-050-586-522000-$4,921.87RAIN GEAR59625 230127 Invoice Total: $4,921.872/16/2023 610530 $4,921.876438 - STREAM KIM HICKS WRAGE & ALFARO, PC011-010-115-529200 $7,794.93 LEGAL SERVICES 24900 LD-0033 Invoice Total: $7,794.936438 - STREAM KIM HICKS WRAGE & ALFARO, PC011-010-115-529200 $67.32 LEGAL SERVICES 25318 LD-0033 Invoice Total: $67.322/16/2023 610531 $7,862.253635 - SUNBELT RENTALS, INC055-050-586-529000- $1,711.52 EQUIPMENT RENTAL 131134378-0001 LP-0779 Invoice Total: $1,711.52Page 22 of 24&nbsp;Item 5Page 24 of 26 Vendor Name Account Invoice AmountDescription Invoice # PO # or Contract #Payment DatePayment # Payment AmountCITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 104MARCH 07, 20232/16/2023 610532 $1,711.526985 - THE TERMINIX INTERNATIONAL COMPANY011-040-415-529000 $142.00 PEST CONTROL SERVICES 01/23 429606508 CS-1408 Invoice Total: $142.002/16/2023 610533 $142.007473 - TODD RODGERS 095-095-905-705050- $150.00 SEWC ATTENDANCE STIPEND 02/02/23 020223 Invoice Total: $150.002/16/2023 610534 $150.007366 - WOOD SMITH HENNING & BERMAN LLP011-010-110-529110 $1,541.00 CYBER SECURITY CONSULTING 504529 IT-0184 Invoice Total: $1,541.007366 - WOOD SMITH HENNING & BERMAN LLP011-010-110-529110 $883.00 MASTER SERVICE AND CONSULTING 517971 IT-0184 Invoice Total: $883.002/16/2023 610535 $2,424.007391 - YOUNG ELECTRIC SIGN COMPANY011-040-430-660000 $174,777.74 CITY OF VERNON GATEWAY ARCH PROJECTINY0408848 CS-1425 Invoice Total: $174,777.742/16/2023 610536 $174,777.74TOTAL EARLY CHECKS $920,226.79Page 23 of 24&nbsp;Item 5Page 25 of 26 RECAP BY FUNDFUND ELECTRONIC TOTAL EARLY CHECKS TOTAL GRAND TOTAL011 ‐ GENERAL 1,795,773.56$                          375,130.85$                               2,170,904.41$                         055 ‐ LIGHT & POWER 9,991,100.50                            133,715.02                                10,124,815.52                        056 ‐ NATURAL GAS 1,326.95                                   8,309.32                                   9,636.27                                  058 ‐ WATER 762,367.81                               401,514.60                                1,163,882.41                           059 ‐ FIBER 54,005.65                                 ‐                                             54,005.65                                095 ‐ SEWC JPA 150.00                                       1,557.00                                   1,707.00                                  999 ‐ POOLED CASH 120,184.45                               ‐                                             120,184.45                              12,724,908.92$                        920,226.79$                               13,645,135.71$                       CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 104MARCH 07, 2023Page 24 of 24&nbsp;Item 5Page 26 of 26 City Council Agenda Report Meeting Date:March 7, 2023 From:Todd Dusenberry, General Manager of Public Utilities Department:Public Utilities Submitted by:Adriana Ramos, Administrative Analyst Subject Donation of Surplus Vernon Public Utilities Equipment to City of Roseville – Electric Utility Recommendation Approve and authorize the City Administrator to execute the Deed of Gift and Donation Agreement and Release with the City of Roseville – Electric Utility, in substantially the same form as submitted, for the donation of 16 ABB ACS-600 Motor Drive Modules. Background The City of Roseville - Electric Utility owns and operates the Roseville Energy Park (REP) power plant. The plant has been in commercial operation since October 2007 and is similarly configured to the Malburg Generating Station (MGS). During the Spring 2022 MGS Outage, the power plant replaced the ABB ACS-600 Motor Drive Modules on Combustion Turbine 1 and Combustion Turbine 2 with state-of-the-art systems. The ABB ACS-600 Motor Drive Modules were original units with over 17 years of service and had become unreliable, in addition to being unsupported. Accordingly, the modules were replaced with updated versions. After replacing the ABB ACS-600 Drive Modules with state-of-the art equipment, MGS staff determined that the modules were no longer needed and were deemed surplus equipment. Pursuant to the City’s procedure for surplus property, the City’s Finance Department assessed whether any other City department had a use for the modules. Finance staff subsequently determined that the outdated drives no longer have a useful life for the City and have limited use or value in today’s market, thus reducing the value from a potential sale via public auction, sale, or bid. The City of Roseville – Electric Utility has expressed interest in utilizing the obsolete ABB drives as spares. Staff recommends City Council approve the donation of 16 ABB ACS-600 Motor Drive Modules to the City of Roseville – Electric Utility, as the modules are of no operational use or have any value to MGS. Roseville has not upgraded its motor drives and these components, which are nearly impossible to obtain, will aid their power plant. The City of Roseville and Vernon are members of the California Utilities Emergency Association and have a Mutual Assistance Agreement. Additionally, the City of Roseville – Electric Utility and MGS have a long history of assisting each other when units are not operational. The proposed Deed of Gift/Donation and Release has been reviewed and approved as to form by the City Attorney’s Office. Fiscal Impact There is no fiscal impact associated with this report. Attachments 1. City of Roseville – Electric Utility – Deed of Gift and Donation Agreement and Release Item 6 Page 1 of 8 4305 Santa Fe Avenue, Vernon, California 90058 Telephone (323) 583-8811 Exclusively Industrial Deed of Gift to City of Roseville - Electric Utility The City of Vernon (hereafter, “Donor”) hereby donates and conveys the physical property described below to City of Roseville - Electric Utility, subject to the Donation Agreement and Release (“Agreement”) attached hereto and incorporated herein by reference, to use, retain or dispose of pursuant to the terms and conditions set forth in the Agreement. 1.Donor Information: Agency Name: City of Vernon, Public Utilities Department Agency Address: 4305 Santa Fe Avenue Vernon, CA. 90058 Agency Contact: Todd Dusenberry, General Manager Telephone Number: (323) 583-8811 ext. 579 2.Description of Property: Sixteen (16) ABB ACS-600 Motor Drive Modules o 12 modules in used condition o 2 modules as refurbished spares o 2 modules as rebuildable cores CITY OF VERNON __________ Carlos R. Fandino, City Administrator Date CITY OF ROSEVILLE - ELECTRIC UTILITY _____________________________________ __________ Daniel Beans, Electric Utility Director Date Item 6 Page 2 of 8 Page 2 City of Vernon, 4305 Santa Fe Avenue, Vernon, California 90058 – Telephone (323) 583-8811 Donation Agreement and Release This Donation Agreement and Release (“Agreement”), conveying sixteen (16) Motor Drive Modules (the “Property”), is entered into between the City of Vernon’s Public Utilities Department (“Donor”) and the City of Roseville - Electric Utility (“Donee” and together with Donor, the “Parties”) with reference to the following: Recitals The City of Roseville - Electric Utility operates a similarly configured power plant in the City of Roseville, CA. These units also utilize the ABB ACS-600 Drive Modules, of which the City of Vernon recently updated during the Spring 2022 Outage. After removal, the Vernon Finance Department has determined that these outdated drives are no longer useful to the City of Vernon and have limited use or value in today’s market, reducing the value of potential sale via public auction, sale, or bid. The City of Roseville - Electric Utility still operates similar modules and can utilize these as backup spare parts as needed. Agreement 1. Donor shall convey the Property to Donee as soon as practicable upon full execution of the Agreement. 2. Conveyance of the Property shall be deemed to have occurred when Donee takes delivery thereof. 3. Donor does not warrant the Property to be fit for any particular purpose, and Donee accepts the Property “as is.” 4. Donee may inspect the Property at a time and place agreed upon by the Parties prior to delivery. 5. Upon delivery of the Property, Donor shall not be liable or in any other way responsible for any defects or for failure of the Property to perform its intended purpose. Nor shall Donor be liable or in any other way responsible for any loss, damage, or injury to third parties arising from or caused by defects in the Property or in any part thereof. 6. Donee shall defend, indemnify and hold harmless Donor, its officers, directors, elected officials, agents, employees and attorneys from and against all claims, suits and damages asserted by Donee and/or any third party arising out of or in any way related to the ownership, conveyance or use of the Property. 7. Donee represents that the Property will only be used for the purpose(s) described in the Recital(s) above, unless otherwise agreed to in writing by the Parties. Item 6 Page 3 of 8 Page 3 City of Vernon, 4305 Santa Fe Avenue, Vernon, California 90058 – Telephone (323) 583-8811 8. This Agreement shall be interpreted in accordance with the laws of the State of California, without regard to its conflict of laws rules. 9. By its signature below, Donee represents that it is a legal entity authorized to make and enter into contracts and that the signatory is authorized to bind Donee under this Agreement. In witness whereof, the Parties hereto have executed the Agreement on the dates indicated below. City of Vernon By: Carlos Fandino, City Administrator Date Attest: Lisa Pope, City Clerk Approved as to form: Zaynah N. Moussa, City Attorney City of Roseville - Electric Utility By: Daniel Beans, Electric Utility Director Date Item 6 Page 4 of 8 CITY OF ROSEVILLE DONATION AGREEMENT This Donation Agreement (the "Donation Agreement") dated ______________, is entered into between THE CITY OF VERNON, CALIFORNIA (the "Donor") and the CITY OF ROSEVILLE - ELECTRIC UTILITY (the "Recipient"). WHEREAS, the Donor owns sixteen (16) ABB ACS-600 Motor Drive Modules (the "Equipment" as further described in the attached Exhibit “A”). WHEREAS, the Recipient wishes to receive the Equipment as a donation from the Donor and the Donor wishes to donate the same to Recipient. 1.Liability. The Recipient assumes all risk associated with the Equipment arising after the date that Recipient takes ownership of the Equipment. 2.Title to the Goods. Any title to the Equipment that the Donor has shall pass to the Recipient upon delivery of legal title to the Equipment to the Recipient. 3.Risk of Loss. The risk of loss of the Equipment is passed by the Donor to the Recipient immediately upon transfer of the title. 4.Subcontracting/Assignment. The parties may not assign their obligations under this Donation Agreement unless it shall first obtain the written approval of the non -assigning party. 5.Governing Law. The parties' respective rights and obligations hereunder are governed by the laws of the State of California. NOW THEREFORE, the Donor agrees to donate the Equipment to the Recipient in consideration of the terms herein set forth. CITY OF VERNON, CALIFORNIA ROSEVILLE ELECTRIC UTILITY ____________________________ Name:_______________________ Title:________________________ ___________________________________ Daniel Beans Electric Utility DirectorCarlos Fandino City Administrator Attest: ______________________________ Lisa Pope, City Clerk Approved as to Form: _______________________________ Zaynah Moussa, City Attorney Item 6 Page 5 of 8 Exhibit A – Equipment EQUIPMENT DESCRIPTION 2004 ABB ACS-600 Drive Modules 12 Modules (6 pairs) in working “Used” condition, approximately 17 years of service Approximately 900 in-service “Starts” between both CTG drive modules 2018 ABB ACS-600 Drive Modules 2 Modules (1 pair) as “Refurbished Spares”, approximately 4 years of service Unknown total starts, likely <100 Units need additional “Reconditioning” due to limited shelf-life of internal capacitors 2015 ABB ACS-600 Drive Modules 2 Modules (1 pair) as “Rebuildable Cores”, approximately 7 years of service Unknown total starts, likely <200 Units would need factory refurbishment before being serviceable. Warranty Equipment is sold “AS IS, WHERE IS, WITH ALL FAULTS”. DONOR MAKES NO REPRESENTATION OR WARRANTY, STATUTORY, EXPRESS, OR IMPLIED WITH RESPECT TO THE USED EQUIPMENT INCLUDING MAKING NO WARRANTY THAT THE USED EQUIPMENT WILL BE MERCHANTABLE OR FIT FOR ANY PARTICULAR PURPOSE. THE ONLY WARRANTY OR REPRESENTATION MADE BY SELLER IS A WARRANTY THAT SELLER IS THE OWNER OF THE USED EQUIPMENT. End of Exhibit A Item 6 Page 6 of 8 Exhibit B – Value EQUIPMENT VALUE 2004 ABB ACS-600 Drive Modules 12 Modules (6 pairs) in working “Used” condition, approximately 17 years of service $0 value has been assigned to these used spares, as conditioning would be needed prior to selling on open market. 2018 ABB ACS-600 Drive Modules 2 Modules (1 pair) as “Refurbished Spares”, approximately 4 years of service Unknown total starts, likely <100 Estimated $23,500 in value. (Capacitor Reconditioning estimated at $1500) 2015 ABB ACS-600 Drive Modules 2 Modules (1 pair) as “Rebuildable Cores”, approximately 8 years of service Unknown total starts, likely <200 $0 value has been assigned to these cores. TOTAL ESTIMATED VALUE: $23,500.00 Item 6 Page 7 of 8 Exhibit C - Liability Release Agreement City of Roseville - Electric Utility (Donee), hereby voluntarily releases, discharges, waives, and relinquishes any and all liabilities, losses, claims or causes of action against the City of Vernon (Donor), and any of its elected officials, officers, agents, employees, or volunteers, including those for personal injury, property damage, or wrongful death arising, directly or indirectly, as a result of the purchase of sixteen (16) ABB ACS-600 Motor Drive Modules, described in the attached Exhibit A and referred to collectively as the “Equipment”. On behalf of its officers, owners, agents, and employees, Donee agrees not to make any claim against, sue, attach the property of, or prosecute City or its elected officials, officers, agents, employees, or volunteers, for any liabilities, losses, claims or causes of action arising, directly or indirectly, as a result of Donee’s acceptance, retention, use, ownership, sale, or transfer of the Equipment. Donee further acknowledges that City makes no guarantee or warranty for the Equipment. The Equipment is accepted in an “as is” condition. Donee voluntarily accepts and expressly assumes all risks, dangers, and hazards that may arise from its acceptance, retention, use, ownership, sale, or transfer of the Equipment. The undersigned hereby warrants that he/she is an authorized agent of Donee, whose name appears below, and by his/her signature does hereby bind it to the terms, conditions, and limitations of this release document. City of Roseville - Electric Utility _____________________________ _____________ Daniel Beans Date Electric Utility Director 5120 Phillip Road Roseville, CA 95747 Item 6 Page 8 of 8 City Council Agenda Report Meeting Date:March 7, 2023 From:Daniel S. Wall, P.E., Director of Public Works Department:Public Works Submitted by:Andrew Eguia, Assistant Engineer Subject Professional Services Agreement with Fleming Environmental, Inc. for Underground Storage Tank Removal Recommendation A. Find that the proposed action is categorically exempt under the California Environmental Quality Act (CEQA) review, in accordance with CEQA Guidelines Section 15301, because the project consists of the removal of existing structures and equipment and involves no expansion of an existing use; and B. Approve and authorize the City Administrator to execute a Professional Services Agreement with Fleming Environmental, Inc., in substantially the same form as submitted, for underground storage tank removal for a total amount not-to-exceed $135,600, for a forty-five (45) calendar day term. Background Underground Storage Tanks currently located at 2800 South Soto Street and 4530 Bandini Boulevard, Vernon, CA 90058 require removal under the oversight of the City of Vernon Department of Health and Environmental Control (DHEC). A highly qualified contractor has been selected to complete the removal of two (2) Underground Storage Tanks and associated piping, preparation of necessary correspondence and reports to various agencies, obtaining required permits, investigation of the vertical and lateral extent of any hydrocarbons in the soil as directed, and reconstruction of excavation. Backfill and final resurfacing will be inspected by the Public Works Department and a formal closure application and letter for each Underground Storage Tank removal will be submitted to DHEC. Pursuant to Vernon Municipal Code (VMC) Section 3.32.070, the Engineering Division publicized the Request for Proposals (RFP) for Underground Storage Tank Removals, as the cost for the service was anticipated to exceed $50,000 and required competitive selection pursuant to VMC Section 3.32.080. Because the RFP involves the procurement of environmental services, price was not a factor in the determination of the most qualified proposer pursuant to VMC Section 3.32.090. Proposals were rated on demonstrated competence, professional qualifications, and responsiveness to the RFP. The Engineering Division received seven (7) proposals by the due date from qualified firms in response to the RFP posted on or about January 31, 2023. A panel comprised of internal staff evaluated the seven (7) proposals received in order to determine the firm best suited to provide the services requested. A comprehensive, fair and impartial evaluation of the proposals was conducted in accordance with the specifications set forth within the RFP document. Established criteria were used in reviewing and comparing the proposals to determine the most suitable firm. At the conclusion of the assessment, it was determined that Fleming Environmental, Inc. will best meet the City’s needs. Fleming’s proposal established a complete understanding of the scope of work and expected timeline, and demonstrated capability in similar underground storage tank removal and reconstruction projects of comparable size. Staff recommends that the City enter into a services agreement with Fleming Environmental, Inc.. Item 7 Page 1 of 59 The proposed Services Agreement has been reviewed and approved as to form by the City Attorney’s Office. Fiscal Impact The fiscal impact is estimated at $135,600. Sufficient funds are available in General Fund, Public Works, Facilities Maintenance, Capital Outlays Account No. 011-040-415-660000 for the current fiscal year. Attachments 1. Services Agreement – Fleming Environmental, Inc. Item 7 Page 2 of 59 Page 1 of 18 SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND FLEMING ENVIRONMENTAL, INC. FOR UNDERGROUND STORAGE TANK REMOVALS COVER PAGE Contractor: Fleming Environmental, Inc. Responsible Principal of Contractor: Terry Fleming, President Notice Information - Contractor: Fleming Environmental, Inc. 1372 E. Valencia Drive Fullerton, CA 92831 Attention: Terry Fleming, President Telephone: (714) 871-2800 Notice Information - City: City of Vernon 4305 Santa Fe Avenue Vernon, CA 90058 Attention: Daniel S. Wall, P.E., Director of Public Works Telephone: (323) 583-8811 ext. 305 Commencement Date: Upon Notice to Proceed Termination Date: Forty- Five (45)calendar days Consideration: Total not to exceed $135,600 (includes all applicable sales tax); and more particularly described in Exhibit A Records Retention Period Three (3) years, pursuant to Section 11.20 Item 7 Page 3 of 59 Page 2 of 18 SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND FLEMING ENVIRONMENTAL, INC. FOR UNDERGROUND STORAGE TANK REMOVALS This Agreement is made between the City of Vernon, a California charter City and California municipal corporation (“City”), and Fleming Environmental, Inc., a California corporation (“Contractor”). The City and Contractor agree as follows: 1.0 EMPLOYMENT OF CONTRACTOR. City agrees to engage Contractor to perform the services as hereinafter set forth as authorized by the City Council on March 7, 2023. 2.0 SCOPE OF SERVICES. 2.1 Contractor shall perform all work necessary to complete the services set forth in the City’s Request for Proposals issued on or about January 31, 2023 , and titled Underground Storage Tank Removals , and Contractor’s proposal to the City (“Proposal”) dated February 14, 2023 , Exhibit “A”, a copy which is attached to and incorporated into this Agreement by reference. 2.2 All services shall be performed to the satisfaction of City. 2.3 All services shall be performed in a competent, professional, and satisfactory manner in accordance with the prevailing industry standards for such services. 3.0 PERSONNEL. 3.1 Contractor represents that it employs, or will employ, at its own expense, all personnel required to perform the services under this Agreement. 3.2 Contractor shall not subcontract any services to be performed by it under this Agreement without prior written approval of City. 3.3 All of the services required hereunder will be performed by Contractor or by City approved subcontractors. Contractor, and all personnel engaged in the work, shall be fully qualified and authorized or permitted under State and local law to perform such services and shall be subject to approval by the City. 4.0 TERM. The Contractor shall commence the delivery of services on receipt of a written notice to proceed and shall complete the services on the schedule set forth in Exhibit “A”. 5.0 COMPENSATION AND FEES. 5.1 Contractor has established rates for the City of Vernon which are comparable to and do not exceed the best rates offered to other governmental entities in and around Los Angeles County for the same services. For satisfactory and timely performance of Item 7 Page 4 of 59 Page 3 of 18 the services, the City will pay Contractor in accordance with the payment schedule set forth in Exhibit “A” attached hereto and incorporated herein by reference. 5.2 Contractor's grand total compensation for the entire term of this Agreement, shall not exceed $135,600.00 without the prior authorization of the City, as appropriate, and written amendment of this Agreement. 5.3 Contractor shall, at its sole cost and expense, furnish all necessary and incidental labor, material, supplies, facilities, equipment, and transportation which may be required for furnishing services pursuant to this Agreement. Materials shall be of the highest quality. The above Agreement fee shall include all staff time and all clerical, administrative, overhead, insurance, reproduction, telephone, air travel, auto rental, subsistence, and all related costs and expenses. 5.4 City shall reimburse Contractor only for those costs or expenses specifically approved in this Agreement, or specifically approved in writing in advance by City. Unless otherwise approved, such costs shall be limited and include nothing more than the following costs incurred by Contractor: 5.4.1 The actual costs of subcontractors for performance of any of the services that Contractor agrees to render pursuant to this Agreement, which have been approved in advance by City and awarded in accordance with this Agreement. 5.4.2 Approved reproduction charges. 5.4.3 Actual costs and/or other costs and/or payments specifically authorized in advance in writing and incurred by Contractor in the performance of this Agreement. 5.5 Contractor shall not receive any compensation for extra work performed without the prior written authorization of City. As used herein, “extra work” means any work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the time of execution of this Agreement. Compensation for any authorized extra work shall be paid in accordance with the payment schedule as set forth in Exhibit “A,” if the extra work has been approved by the City. 5.6 Licenses, Permits, Fees, and Assessments. Contractor shall obtain, at Contractor’s sole cost and expense, such licenses, permits, and approvals as may be required by law for the performance of the services required by this Agreement. Contractor shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and Item 7 Page 5 of 59 Page 4 of 18 interest, which may be imposed by law and which arise from or are necessary for the performance of the Services by this Agreement. 6.0 PAYMENT. 6.1 As scheduled services are completed, Contractor shall submit to the City an invoice for the services completed, authorized expenses, and authorized extra work actually performed or incurred according to said schedule. 6.2 Each such invoice shall state the basis for the amount invoiced, including a detailed description of the services completed, the number of hours spent, reimbursable expenses incurred and any extra work performed. 6.3 Contractor shall also submit a progress report with each invoice that describes in reasonable detail the services and the extra work, if any, performed in the immediately preceding calendar month. 6.4 Contractor understands and agrees that invoices which lack sufficient detail to measure performance will be returned and not processed for payment. 6.5 City will pay Contractor the amount invoiced within thirty (30) days after the City approves the invoice. 6.6 Payment of such invoices shall be payment in full for all services, authorized costs, and authorized extra work covered by that invoice. 7.0 CITY'S RESPONSIBILITY. City shall cooperate with Contractor as may be reasonably necessary for Contractor to perform its services; and will give any required decisions as promptly as practicable so as to avoid unreasonable delay in the progress of Contractor's services. 8.0 COORDINATION OF SERVICES. Contractor agrees to work closely with City staff in the performance of Services and shall be available to City’s staff, consultants, and other staff at all reasonable times. 9.0 INDEMNITY. Contractor agrees to indemnify City, its officers, elected officials, employees and agents against, and will hold and save each of them harmless from, any and all actions, suits, claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities (herein “claims or liabilities”), including but not limited to professional negligence, that may be asserted or claimed by any person, firm or entity arising out of or in connection with the work, operations or activities of Contractor, its agents, employees, subcontractors, or invitees, provided for herein, or arising from the acts or omissions of Contractor hereunder, or arising from Contractor’s performance of or failure to perform any term, provision, covenant or condition of this Agreement, except to the extent such Item 7 Page 6 of 59 Page 5 of 18 claims or liabilities arise from the gross negligence or willful misconduct of City, its officers, elected officials, agents or employees. 10.0 INSURANCE. Contractor shall, at its own expense, procure and maintain policies of insurance of the types and in the amounts set forth below, for the duration of the Agreement, including any extensions thereto. The policies shall state that they afford primary coverage. i. Automobile Liability with minimum limits of at least $1,000,000 combined single limit, including owned, hired, and non-owned liability coverage. ii. Contractor agrees to subrogate automobile liability resulting from performance under this Agreement by agreeing to defend, indemnify and hold harmless, the City, and its respective employees, agents, and City Council from and against all claims, liabilities, suits, losses, damages, injuries and expenses, including all costs and reasonable attorney’s fees (“Claims”), which are attributable to any act or omission by the City under the performance of the services. The city of Vernon, its directors, commissioners, officers, employees, agents, and volunteers must be endorsed on the policy as additional insureds and under the Contractors’ policy shall be primary and non-contributory and will not seek contribution from the City’s insurance or self-insurance. iii. General Liability with minimum limits of at least $2,000,000 per occurrence and $4,000,000 aggregate written on an Insurance Services Office (ISO) Comprehensive General Liability "occurrence" form or its equivalent for coverage on an occurrence basis. Premises/Operations and Personal Injury coverage is required. The City of Vernon, its directors, commissioners, officers, employees, agents, and volunteers must be endorsed on the policy as additional insureds as respects liability arising out of the Contractor's performance of this Agreement. The additional insured coverage under the Contractor’s policy shall be primary and non-contributory and will not seek contribution from the City’s insurance or self-insurance. (1) If Contractor employs other contractors as part of the services rendered, Contractor's Protective Coverage is required. Contractor may include all subcontractors as insureds under its own policy or shall furnish separate insurance for each subcontractor, meeting the requirements set forth herein. (2) Contractor agrees to subrogate General Liability resulting from performance under this agreement by agreeing to defend, indemnify and hold harmless, the City, and its respective employees, agents, and City Council from and against all claims, liabilities, suits, losses, damages, Item 7 Page 7 of 59 Page 6 of 18 injuries and expenses, including all costs and reasonable attorney’s fees (“Claims”), which are attributable to any act or omission by the City under the performance of the services. iv. Professional Errors and Omissions coverage in a sum of at least $1,000,000, where such risk is applicable. Applicable aggregates must be identified and claims history provided to determine amounts remaining under the aggregate. Contractor shall maintain such coverage for at least one (1) year after the termination of this Agreement. v. Contractors Pollution Liability (CPL) policy limit shall provide coverage of no less than $1,000,000 per claim and in the aggregate. Coverage shall apply to bodily injury; property damage, including loss of use of damaged property or of property that has not been physically inured; cleanup costs; and costs of defense, including costs and expenses incurred in the investigation, defense, or settlement of claims. (1) Contractor shall obtain, pay for, and maintain for the duration of the Agreement CPL insurance that provides coverage for liability caused by pollution conditions arising out of the operations of the Contractor. Coverage shall be included on behalf of the insured for covered claims arising out of the actions of independent contractors. If the insured is using Subcontractors, the policy must include work performed “by or on behalf” of the insured. (2) All activities contemplated in the Agreement shall be specifically scheduled on the CPL policy as “covered operation.” In addition, the policy shall provide coverage for the hauling of waste from the Project site to the final disposal location, including non-owned disposal sites. (3) The policy shall specifically provide for a duty to defend on the part of the insurer. The City of Vernon, its officers, employees and agents shall be added to the policy as additional insureds by endorsement. vi. Excess Coverage – Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non- contributory basis for the benefit of City before the City’s own insurance or self-insurance shall be called upon to project it as a named insured. Any umbrella liability policy or excess liability policy will in “following form” and will contain a provision to the effect that, if the underlying aggregate is exhausted, the excess coverage will drop down as primary insurance. vii. Contractor shall comply with the applicable sections of the California Labor Code Item 7 Page 8 of 59 Page 7 of 18 concerning workers' compensation for injuries on the job. In addition, Contractor shall require each subcontractor to similarly maintain workers’ compensation insurance in accordance with the laws for California for all of the subcontractor’s employees. Compliance is accomplished in one of the following manners: (1) Provide copy of permissive self-insurance certificate approved by the State of California; or (2) Secure and maintain in force a policy of workers' compensation insurance with statutory limits and Employer's Liability Insurance with a minimal limit of $1,000,000 per accident. The policy shall be endorsed to waive all rights of subrogation against City, its directors, commissioners, officers, employees, and volunteers for losses arising from performance of this Agreement; or (3) Provide a "waiver" form certifying that no employees subject to the Labor Code's Workers' Compensation provision will be used in performance of this Agreement. viii. Each insurance policy included in this clause shall be endorsed to state that coverage shall not be cancelled except after thirty (30) days' prior written notice to City. ix. Insurance shall be placed with insurers with a Best's rating of no less than A-VIII. x. Prior to commencement of performance, Contractor shall furnish City with a certificate of insurance for each policy. Each certificate is to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificate(s) must be in a form approved by City. City may require complete, certified copies of any or all policies at any time. xi. Failure to maintain required insurance at all times shall constitute a default and material breach. In such event, Contractor shall immediately notify City and cease all performance under this Agreement until further directed by the City. In the absence of satisfactory insurance coverage, City may, at its option: (a) procure insurance with collection rights for premiums, attorney's fees and costs against Contractor by way of set-off or recoupment from sums due to Contractor, at City's option; (b) immediately terminate this Agreement and seek damages from the Contract resulting from said breach; or (c) self-insure the risk, with all damages and costs incurred, by judgment, settlement or otherwise, including attorney's fees and costs, being collectible from Contractor, by way of set-off or recoupment from any sums due to Contractor. 11.0 GENERAL TERMS AND CONDITIONS. 11.1 INDEPENDENT CONTRACTOR. Item 7 Page 9 of 59 Page 8 of 18 11.1.1 It is understood that in the performance of the services herein provided for, Contractor shall be, and is, an independent contractor, and is not an agent, officer or employee of City and shall furnish such services in its own manner and method except as required by this Agreement, or any applicable statute, rule, or regulation. Further, Contractor has and shall retain the right to exercise full control over the employment, direction, compensation and discharge of all persons employed by Contractor in the performance of the services hereunder. City assumes no liability for Contractor’s actions and performance, nor assumes responsibility for taxes, bonds, payments, or other commitments, implied or explicit, by or for Contractor. Contractor shall be solely responsible for, and shall indemnify, defend and save City harmless from all matters relating to the payment of its employees, subcontractors and independent contractors, including compliance with social security, withholding and all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever. 11.1.2 Contractor acknowledges that Contractor and any subcontractors, agents or employees employed by Contractor shall not, under any circumstances, be considered employees of the City, and that they shall not be entitled to any of the benefits or rights afforded employees of City, including, but not limited to, sick leave, vacation leave, holiday pay, Public Employees Retirement System benefits, or health, life, dental, long-term disability or workers' compensation insurance benefits. 11.2 CONTRACTOR NOT AGENT. Except as the City may authorize in writing, Contractor and its subcontractors shall have no authority, express or implied, to act on behalf of or bind the City in any capacity whatsoever as agents or otherwise. 11.3 OWNERSHIP OF WORK. All documents and materials furnished by the City to Contractor shall remain the property of the City and shall be returned to the City upon termination of this Agreement. All reports, drawings, plans, specifications, computer tapes, floppy disks and printouts, studies, memoranda, computation sheets, and other documents prepared by Contractor in furtherance of the work shall be the sole property of City and shall be delivered to City whenever requested at no additional cost to the City. Contractor shall keep such documents and materials on file and available for audit by the City for at least three (3) years after completion or earlier termination of this Agreement. Contractor may make duplicate copies of such materials and documents for its own files or for such other purposes as may be authorized in writing by the City. 11.4 CORRECTION OF WORK. Contractor shall promptly correct any defective, inaccurate or incomplete tasks, deliverables, goods, services and other work, without additional cost to the City. The performance or acceptance of services furnished by Contractor Item 7 Page 10 of 59 Page 9 of 18 shall not relieve the Contractor from the obligation to correct subsequently discovered defects, inaccuracy, or incompleteness. 11.5 RESPONSIBILITY FOR ERRORS. Contractor shall be responsible for its work and results under this Agreement. Contractor, when requested, shall furnish clarification and/or explanation as may be required by the City, regarding any services rendered under this Agreement at no additional cost to City. In the event that an error or omission attributable to Contractor occurs, then Contractor shall, at no cost to City, provide all necessary design drawings, estimates and other Contractor professional services necessary to rectify and correct the matter to the sole satisfaction of City and to participate in any meeting required with regard to the correction. 11.6 WAIVER. The City's waiver of any term, condition, breach, or default of this Agreement shall not be considered to be a waiver of any other term, condition, default or breach, nor of a subsequent breach of the one waived. The delay or failure of either party at any time to require performance or compliance by the other of any of its obligations or agreements shall in no way be deemed a waiver of those rights to require such performance or compliance. No waiver of any provision of this Agreement shall be effective unless in writing and executed by a duly authorized representative of the party against whom enforcement of a waiver is sought. 11.7 SUCCESSORS. This Agreement shall inure to the benefit of, and shall be binding upon, the parties hereto and their respective heirs, successors, and/or assigns. 11.8 NO ASSIGNMENT. Contractor shall not assign or transfer this Agreement or any rights hereunder without the prior written consent of the City and approval by the City Attorney, which may be withheld in the City's sole discretion. Any unauthorized assignment or transfer shall be null and void and shall constitute a material breach by the Contractor of its obligations under this Agreement. No assignment shall release the original parties from their obligations or otherwise constitute a novation. 11.9 COMPLIANCE WITH LAWS. Contractor shall comply with all Federal, State, County and City laws, ordinances, rules and regulations, which are, as amended from time to time, incorporated herein and applicable to the performance hereof. Violation of any law material to performance of this Agreement shall entitle the City to terminate the Agreement and otherwise pursue its remedies. Further, if the Contractor performs any work knowing it to be contrary to such laws, rules, and regulations Contractor shall be solely responsible for all costs arising therefrom. 11.10 ATTORNEY'S FEES. If any action at law or in equity is brought to Item 7 Page 11 of 59 Page 10 of 18 enforce or interpret the terms of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees, costs, and necessary disbursements in addition to any other relief to which such party may be entitled. 11.11 INTERPRETATION. 11.11.1 Applicable Law. This Agreement shall be deemed an agreement and shall be governed by and construed in accordance with the laws of the State of California. Contractor agrees that the State and Federal courts which sit in the State of California shall have exclusive jurisdiction over all controversies and disputes arising hereunder, and submits to the jurisdiction thereof. 11.11.2 Entire Agreement. This Agreement, including any exhibits attached hereto, constitutes the entire agreement and understanding between the parties regarding its subject matter and supersedes all prior or contemporaneous negotiations, representations, understandings, correspondence, documentation, and agreements (written or oral). 11.11.3 Written Amendment. This Agreement may only be changed by written amendment executed by Contractor and the City Administrator or other authorized representative of the City, subject to any requisite authorization by the City Council. Any oral representations or modifications concerning this Agreement shall be of no force or effect. 11.11.4 Severability. If any provision in this Agreement is held by any court of competent jurisdiction to be invalid, illegal, void, or unenforceable, such portion shall be deemed severed from this Agreement, and the remaining provisions shall nevertheless continue in full force and effect as fully as though such invalid, illegal, or unenforceable portion had never been part of this Agreement. 11.11.5 Order of Precedence. In case of conflict between the terms of this Agreement and the terms contained in any document attached as an Exhibit or otherwise incorporated by reference, the terms of this Agreement shall strictly prevail. The terms of the City’s Request for Proposals shall control over the Contractor’s Proposal. 11.11.6 Construction. In the event an ambiguity or question of intent or interpretation arises with respect to this Agreement, this Agreement shall be construed as if drafted jointly by the parties and in accordance with its fair meaning. There shall be no presumption or burden of proof favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. 11.12 TIME OF ESSENCE. Time is strictly of the essence of this agreement and each and every covenant, term, and provision hereof. Item 7 Page 12 of 59 Page 11 of 18 11.13 AUTHORITY OF CONTRACTOR. The Contractor hereby represents and warrants to the City that the Contractor has the right, power, legal capacity, and authority to enter into and perform its obligations under this Agreement, and its execution of this Agreement has been duly authorized. 11.14 ARBITRATION OF DISPUTES. Any dispute for under $25,000 arising out of or relating to the negotiation, construction, performance, non-performance, breach, or any other aspect of this Agreement, shall be settled by binding arbitration in accordance with the Commercial Rules of the American Arbitration Association at Los Angeles, California and judgment upon the award rendered by the Arbitrators may be entered in any court having jurisdiction thereof. The City does not waive its right to object to the timeliness or sufficiency of any claim filed or required to be filed against the City and reserves the right to conduct full discovery. 11.15 NOTICES. Any notice or demand to be given by one party to the other must be given in writing and by personal delivery or prepaid first-class, registered or certified mail, addressed as follows. Notice simply to the City of Vernon or any other City department is not adequate notice. If to the City: City of Vernon Attention: Daniel S. Wall, P.E., Director of Public Works 4305 Santa Fe Avenue Vernon, CA 90058 If to the Contractor: Fleming Environmental, Inc. Attention: Terry Fleming, President 1372 E. Valencia Drive Fullerton, CA 92831 Any such notice shall be deemed to have been given upon delivery, if personally delivered, or, if mailed, upon receipt, or upon expiration of three (3) business days from the date of posting, whichever is earlier. Either party may change the address at which it desires to receive notice upon giving written notice of such request to the other party. 11.16 NO THIRD PARTY RIGHTS. This Agreement is entered into for the sole benefit of City and Contractor and no other parties are intended to be direct or incidental beneficiaries of this Agreement and no third party shall have any right or remedy in, under, or to this Agreement. 11.17 TERMINATION FOR CONVENIENCE (Without Cause). City may Item 7 Page 13 of 59 Page 12 of 18 terminate this Agreement in whole or in part at any time, for any cause or without cause, upon fifteen (15) calendar days' written notice to Contractor. If the Agreement is thus terminated by City for reasons other than Contractor's failure to perform its obligations, City shall pay Contractor a prorated amount based on the services satisfactorily completed and accepted prior to the effective date of termination. Such payment shall be Contractor's exclusive remedy for termination without cause. 11.18 DEFAULT. In the event either party materially defaults in its obligations hereunder, the other party may declare a default and terminate this Agreement by written notice to the defaulting party. The notice shall specify the basis for the default. The Agreement shall terminate unless such default is cured before the effective date of termination stated in such notice, which date shall be no sooner than ten (10) days after the date of the notice. In case of default by Contractor, the City reserves the right to procure the goods or services from other sources and to hold the Contractor responsible for any excess costs occasioned to the City thereby. Contractor shall not be held accountable for additional costs incurred due to delay or default as a result of Force Majeure. Contractor must notify the City immediately upon knowing that non-performance or delay will apply to this Agreement as a result of Force Majeure. At that time Contractor is to submit in writing a Recovery Plan for this Agreement. If the Recovery Plan is not acceptable to the City or not received within 10 days of the necessary notification of Force Majeure default, then the City may cancel this order in its entirety at no cost to the City, owing only for goods and services completed to that point. 11.19 TERMINATION FOR CAUSE. Termination for cause shall relieve the terminating party of further liability or responsibility under this Agreement, including the payment of money, except for payment for services satisfactorily and timely performed prior to the service of the notice of termination, and except for reimbursement of (1) any payments made by the City for service not subsequently performed in a timely and satisfactory manner, and (2) costs incurred by the City in obtaining substitute performance. If this Agreement is terminated as provided herein, City may require, at no additional cost to City, that Contractor provide all finished or unfinished documents, data, and other information of any kind prepared by Contractor in connection with the performance of Services under this Agreement. Contractor shall be required to provide such document and other information within fifteen (15) days of the request. 11.19.1 Additional Services. In the event this Agreement is terminated in whole or in part as provided herein, City may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. Item 7 Page 14 of 59 Page 13 of 18 11.20 MAINTENANCE AND INSPECTION OF RECORDS. The City, or its authorized auditors or representatives, shall have access to and the right to audit and reproduce any of the Contractor's records to the extent the City deems necessary to insure it is receiving all money to which it is entitled under the Agreement and/or is paying only the amounts to which Contractor is properly entitled under the Agreement or for other purposes relating to the Agreement. The Contractor shall maintain and preserve all such records for a period of at least three (3) years after termination of the Agreement. The Contractor shall maintain all such records in the City of Vernon. If not, the Contractor shall, upon request, promptly deliver the records to the City of Vernon or reimburse the City for all reasonable and extra costs incurred in conducting the audit at a location other than the City of Vernon, including, but not limited to, such additional (out of the City) expenses for personnel, salaries, private auditors, travel, lodging, meals, and overhead. 11.21 CONFLICT. Contractor hereby represents, warrants, and certifies that no member, officer, or employee of the Contractor is a director, officer, or employee of the City of Vernon, or a member of any of its boards, commissions, or committees, except to the extent permitted by law. 11.22 HEADINGS. Paragraphs and subparagraph headings contained in this Agreement are included solely for convenience and are not intended to modify, explain or to be a full or accurate description of the content thereof and shall not in any way affect the meaning or interpretation of this Agreement. 11.23 ENFORCEMENT OF WAGE AND HOUR LAWS. Eight hours labor constitutes a legal day's work. The Contractor, or subcontractor, if any, shall forfeit twenty-five dollars ($25) for each worker employed in the execution of this Agreement by the respective Contractor or subcontractor for each calendar day during which the worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of Sections 1810 through 1815 of the California Labor Code as a penalty paid to the City; provided, however, work performed by employees of contractors in excess of 8 hours per day, and 40 hours during any one week, shall be permitted upon compensation for all hours worked in excess of 8 hours per day at not less than 1½ times the basic rate of pay. 11.24 PREVAILING WAGES. The provisions of California Labor Code 1770, et seq., regarding the payment of prevailing wages on public works, and related regulations, apply to all City agreements. In addition, the selected consultant and/or any subcontractor must be Item 7 Page 15 of 59 Page 14 of 18 currently registered and qualified (including payment of any required fee) with the State Department of Industrial Relations pursuant to Labor Code section 1725.5. This project is subject to compliance monitoring and enforcement by the State Department of Industrial Relations. 11.25 EQUAL EMPLOYMENT OPPORTUNITY PRACTICES. Contractor certifies and represents that, during the performance of this Agreement, it and any other parties with whom it may subcontract shall adhere to equal employment opportunity practices to assure that applicants, employees and recipients of service are treated equally and are not discriminated against because of their race, religion, color, national origin, ancestry, disability, sex, age, medical condition, sexual orientation or marital status. Contractor further certifies that it will not maintain any segregated facilities. Contractor further agrees to comply with The Equal Employment Opportunity Practices provisions as set forth in Exhibit “C”. [Signatures Begin on Next Page]. Item 7 Page 16 of 59 Page 15 of 18 IN WITNESS WHEREOF, the Parties have executed this Agreement as of the Commencement Date stated on the cover page. City of Vernon, a California charter City and California municipal corporation By: ____________________________ Carlos Fandino, City Administrator Fleming Environmental, Inc., a California corporation By: Name: Title: ATTEST: _______________________________ Lisa Pope, City Clerk By: Name: Title: APPROVED AS TO FORM: _______________________________ Zaynah N. Moussa, City Attorney Item 7 Page 17 of 59 Page 16 of 18 EXHIBIT A CONTRACTOR'S PROPOSAL Item 7 Page 18 of 59 1 INVITATION TO BID RESPONSE CITY OF VERNON UNDERGROUND STORAGE TANK REMOVAL FIRE STATION 3 & 4 **** By Fleming Environmental, Inc. --Environmental Compliance Division-- Terry L. Fleming, Company President and CEO 1372 E. Valencia Drive Fullerton, CA 92831 Phone: (714) 871-2800 Date of Submittal: February 14, 2023 @ 2:00 PM Item 7 Page 19 of 59 2 Proposal: General Scope of Work: • Prepare plans, engineering, permits and inspections for UST removal and complete site closure. (No fee city permits as necessary) • Mobilize onsite Install security fencing around area of the project mo traffic control required in public right of way. • Dig Alert & Pothole to verify existing utilities. • Valid DOSH permit as necessary. • Provide soil monitoring per AQMD rule 1166. • Provide soil sampling plan as directed by Vernon Health Department with 24 hr turn around analysis. • Clean and remove each (two total) 1000 gallon double wall steel diesel tanks, vent, product piping and diesel dispenser, UDC. Tanks will be empty to 100 gallons or less. Decontaminate the tanks and rinse, transport and dispose of rinse liquid with provided proper documentation (Hazardous waste manifest). Tank Removal Fire Station 3 – 2800 S Soto Street: • Saw cut & demo area approx 20.5’x11’ over underground storage tank and fuel piping. • Saw cut & Demolition of approximately 3’x80’ trench for dispenser and associated fuel piping. • Remove dispenser and equipment and haul off site. • Excavate tank and associated piping. Stockpile material to be reused with backfill. • Cap off and remove electrical conduits up to building and monitoring equipment at building aboveground will be removed by city. • Backfill with cement slurry crushed rock or class ll CMB (crushed miscellaneous base) and compacted to achieve approximately 90% maximum dry density – test to be provided by the contractor’s soil/geotechnical engineer. • Resurface area with concrete, install Vernon standard class 520-C-2500 cement concrete 6” thick with #4 rebar – 12” on center above 6” CMB. • Clean up your work area from debris and equipment required. Tank Removal Fire Station 4 - 4530 Bandini Blvd: • Saw cut & demo area approx 20’x12’ over underground storage tank and fuel piping. • Saw cut & Demolition of approximately 3’x40’ trench for dispenser and associated fuel piping. • Remove dispenser and equipment and haul off site. • Excavate tank and associated piping. Stockpile material to be reused with backfill. Item 7 Page 20 of 59 3 • Cap off and remove electrical conduits up to building and monitoring equipment at building aboveground will be removed by city. • Backfill with cement slurry crushed rock or class ll CMB (crushed miscellaneous base) and compacted to achieve approximately 90% maximum dry density – test to be provided by the contractor’s soil/geotechnical engineer. • Resurface area with temporary cold patch (final construction to be performed by the city in the future). • Clean up your work area from debris and equipment required. Closure Report: • Formal closure application and letter for each underground tank and associated appurtenances removal to be submitted to Vernon Health Department. Fire Station #3: $ 70,700.00 Fire Station #4: $ 64.900.00 Total Bid : $ 135,600.00 Item 7 Page 21 of 59 4 February 14, 2023 City of Vernon Attn: Andrew Eguia 4305 Santa Fe Ave Vernon, CA 90058 Re: Underground Storage Tank Removal Project Fleming Environmental, Inc. is a Small Business Certified company that has been servicing the Southern California region since 1998. We specialize in servicing the many needs of companies throughout our service area. We are broken down into two (2) divisions consisting of the following: Maintenance: Vapor Recovery Testing, SB989 Testing, Monitor System Certifications, Tank and Line Integrity Testing, Monthly UST Designated Operator Site Inspections, Compliance Related Repairs and Upgrades, Emergency Call Outs, CERS compliance, fuel polishing Etc. Construction: Removal and Remediation of any Contamination or Hazardous Materials, Waste, Fuel, Gas, Etc. Mass Excavation of Earth and Decontamination by Bio-remediation and/or Offsite Disposal, Installation, Removal and Upgrade of Storage Tanks and Their Associated Fueling Systems, Structural Concrete, Grading, Demolition, Backfill and Compaction. Retaining Wall, Site Utilities, Storm Drains, Sewers, Water and Offsite Improvements, Etc. We have worked with an array of clients in the public and private sectors. Fleming maintains a California Contractor’s License (Class A and B) with a Hazardous Substances Removal and Remedial Actions Certification. In addition, all Fleming field personnel are licensed and trained in all of the components, manufacturers and equipment necessary to satisfy client and regulatory agency requirements for our scope of services. Please refer the Licenses and Certifications section for more information on this. We provide all of our clients with Experienced and Knowledgeable Professionals, Highly Trained Field Technicians and Support Staff that are capable of performing a wide variety of services. Fleming's main and only office is located in Fullerton, CA. Item 7 Page 22 of 59 5 Thank you for taking this time to review the Fleming Environmental, Inc. Statement of Qualifications. We look forward to working with you in the future. Respectfully, Terry L. Fleming Terry L. Fleming President Item 7 Page 23 of 59 6 STATEMENT OF COMPLIANCE WITH THIS RFP 1. The offeror with contractual responsibility is: Fleming Environmental Inc. 1372 Valencia Dr. Fullerton, CA 92831 P – (714) 871-2800 F – (714) 871-2801 2. Fleming will utilize one subcontractor for this RFP. 3. Fleming Acknowledges addenda’s and Q&A's for this RFP. 4. This proposal shall remain valid for a period of not less than 90 days from the date of submittal. 5. This proposal is in compliance with the RFP. 6. Fleming maintains a current DIR registration number. 7. Terry L. Fleming Jr., the undersigned is the person authorized to bind this Offer to the terms of this proposal. 8. All information contained here-in is true and correct. 9. All key personnel contained here-in will be available to the extent proposed for the duration of the project. 10.Fleming will meet or exceed all insurance requirement and keep insurance in place for the duration of this contract. _Terry L. Fleming Jr._________________ Terry L. Fleming Jr. _2/14/2023_______________________ Date Item 7 Page 24 of 59 7 Description of Services Few contractors are well suited or even capable of effectively performing any Scope of Work in the Fuel Storage Tank Service Industry. Fleming Environmental, Inc. is an experienced, qualified and capable firm, with recent and successful project history(s) working with Large Agencies on multiple site projects similar to the City of Huntington Beach. Our projects include (but are not limited to): • Site Review and Design • Regulatory Approval and Permitting • Equipment Procurement • Site Construction and Upgrades • Testing • Project Closeout, Training and Documentation Site Review and Design: Fleming Environmental Inc. will always review site conditions and design the most effective means to address any requirement set forth by our client’s needs, while meeting the approval of the applicable regulatory agencies. As the OCTA’s processes are very detailed, this design phase will provide an opportunity to foresee the unforeseen, as well as further explore value-engineering options for you, the client. Regulatory Approval and Permitting: Fleming Environmental, Inc. offers a unique advantage to the OCTA’s, in that the work performed for our current client base (as outlined in our References) includes design and permitting through City Fire Departments, arguably the most involved agencies for the Scope of Services needed, when working in the Fuel Storage Tank Service Industry. The knowledge gained through our experiences with the City Fire Departments has given us the ability to show these agencies precisely what is needed to be seen incorporated into the design. Equally as important, Fleming Environmental, Inc. has developed personal relationships with the regulators that have proven to be invaluable to the timely completion of any project. Fleming Environmental, Inc. has strong experience and know how regarding gaining regulatory clearance for matters of environmental concerns. Working in conjunction, this experience benefits any project exponentially. Equipment Procurement: Fleming Environmental, Inc. has the experience to order the proper components the first time, as well as maintaining open, in good standing account status with all of our Item 7 Page 25 of 59 8 vendors, to insure that your equipment is on site when the work schedules demand it and not somewhere in transit” or being held hostage for someone else’s funds. The professionals at various supply houses working in conjunction with Fleming, review specifications, plans and purchase orders for conformance as well as applicability and any regulatory issues. Fast tracking this process and performing it correctly the first time, starts a project on the correct course and results in timely completion. Site Construction and Upgrades: Fleming Environmental, Inc. is fortunate to have a loyal staff of field supervisors who have been working in Fueling Construction for the majority of their careers. This lack of turnover, gives our company that invaluable asset of experience. Our field crews are the front line for the success of our projects. Testing: The crews of the Fleming Environmental, Inc. Environmental Compliance Division will perform the myriad of testing requirements required to keep any facility fully compliant to satisfy the regulatory agencies. The crews maintain and continually are retrained and certified in all aspects of testing set forth by City Fire Departments, County Environmental Health Agencies, Air Quality Agencies, Etc. Project Closeout, Training and Documentation: Upon completion of fieldwork, in conjunction with turning the site over to the client for operational use, certain procedures will be followed: • Appropriate operational training will be provided per the terms agreed upon with our client’s prior to beginning any scope of services. • O & M manuals will be provided to facilities staff for the operation of installed equipment. • Applicable regulatory clearance, permits, test results, and other documentation will be provided for archival purposes. • Contractual documents as final billing, releases from preliminary filings, and warranties will be provided. Fleming Environmental, Inc. possesses the experience working on large public works fueling projects to understand and appreciate this necessary paper trail. In the following section, “Plan Narrative”, we will outline our approach to the majority of the projects we complete. In demonstrating our forethought, planning, resources, and expertise, we hope you will recognize our ability to be a one-contractor solution for all of your fuel tank service needs. Providing the five steps outlined above within the scheduling requirements set by our clients and the regulatory guidelines, we offer a cost effective, professional source to address all of your requirements. Plan Narrative: Item 7 Page 26 of 59 9 Fleming Environmental, Inc. proposes a phased implementation plan and project scheduling for the Scope of Services we provide to our clients. Drawing from and seeking to replicate the performance and efficiency of our last year’s operations, this plan is designed to clearly define roles, minimize the multi-tasking of resources, create a process to streamline regulatory approval, and perform the required work in an organized, dictated manner to maintain operational efficiency and enhance performance from our field personnel. Item 7 Page 27 of 59 10 Key Personnel Terry L. Fleming President / Treasurer Terry L. Fleming has over fourteen (14) years of Public Works contracting experience. He began his experience working under his father with Fleming Engineering, a large grading contractor servicing the Southern California area. His quick understanding of project management and desire to excel accelerated his ascent through the ranks. After studying at the University of Arizona, he returned home and applied learned knowledge with real world experience. He quickly found his niche in public works fueling contracts Terry has been the President of Fleming Environmental, since its inception. His knowledge and understanding of field technology rivals his fiscal approach to management, maintaining efficiency without compromising performance. Terry is an innovative and aggressive manager and a valued leader for the company. His experience spans the scope of projects completed under Fleming Environmental. His understanding of fueling systems has benefited clients time and time again. As President and Project Executive, he is responsible for complete project oversight. Utilizing the resources and skills of his employees, he orchestrates and oversees the operation of his company. The consistent and controlled growth of Fleming Environmental, Inc. and more importantly, the succession of satisfied clients, speak the largest volumes with regards to his abilities. His demeanor and communication skills have seen him build a growing list of satisfied clients. His retention of loyal and experienced employees has allowed him to offer the best source solution for these clients. Michael Fleming Vice President / Secretary Michael Fleming has been in construction since he was a young man working in his father’s business. Under the guidance of his father, Terry Fleming, Sr., Mike Fleming quickly learned the keys to being a successful superintendent. Having achieved operator status through training with the Operators Union, and working for his father as a heavy equipment operator for over (4) years, Michael joined the ranks of Fleming Environmental, Inc. as an operator over eight (8) years ago. A construction man by blood, Michael quickly learned the technical aspects specific to fueling operations. He achieved the role of site foreman six (6) years ago. He has a proven track record of successful fueling upgrades, most recently leading his crew through Fleming’s phased approach, taking responsibility for LA County Public Works Group 4, performing UST upgrades for various County facilities requiring generator fueling. He is an effective and knowledgeable leader of his crew, accomplishing completion of projects in a timely and productive manner. Holding most manufacturers certifications, Michael continues Item 7 Page 28 of 59 11 to advance his education related to field applications, as well as project manager. Jennifer Martin Accounting Jennifer Martin has served Fleming Environmental, Inc. since inception and manages the company’s administrative, accounting and contract compliance matters. She has been involved in the Construction industry for over twenty (20) years. A graduate of Cal State Long Beach, Jennifer’s duties have included Quality Control Programs, Contract Compliance, Project Management, Project Coordinator, EEO Officer, Etc. Her experience in and her understanding of the industry allows her to excel in her responsibilities. Overseeing the accounting portion of operations, she is responsible for accurate project accounting, billing, EEO Compliance, and compliance with the laws relating to Labor and Payroll compliance. She supervises and oversees all preliminary notice issues as well as project bonding and insurance requirement fulfillment. Often overlooked in the review of contractor’s abilities, the proper administration of contracts saves clients real dollars in their administrative costs. Her key role and performance of duties within the company have helped steer Fleming Environmental, Inc. to success since inception. She is an invaluable asset to the company and will have a pivotal role in the success of any project. Ron Ferris Construction Division Manager Ron Ferris has been with Fleming Environmental, Inc. since inception and is skilled in all areas of construction and construction related services. Possessing over fifteen (15) years of construction experience, Mr. Ferris is the company’s senior mechanical and piping manager with direct field management responsibilities for all projects involving mechanical and/or piping phases. He is also certified by all of the major piping and petroleum tank manufacturers for installation and system configuration and design. Ron supervises the company’s heavy equipment operation and general maintenance. He is an effective manager and has a proven track record relation to project closure and projects completed under his supervision. His ability to site engineer and develop methods meeting construction standards, obtaining regulatory approval, and addressing non-standard project and equipment configurations, have made him of central importance to the range of services that Fleming Environmental, Inc. can offer to it’s clients. Erica Lopez Construction Division Project Coordinator Michael coordinates all field activities. Communicating with field and project management, she ascertains upcoming needs based on scheduled work and utilizes Fleming owned and vendor supplied resources to meet those project needs. Developing valuable relationships with vendors, service providers, and regulatory personnel, Michael has proven herself invaluable at maintaining field productivity and project schedules. Her construction service background, professional know how, and personable demeanor, make her an effective project coordinator and intrinsic piece of the Fleming Environmental, Inc. team. Item 7 Page 29 of 59 12 Fleming Environmental, Inc. Resources Having the necessary physical resources is as critical to the success of a project as having the right human resources. Fleming Environmental, Inc. supports its experiences, knowledgeable and trained field crews with those necessary resources. Field Trucks: Each crew is supported with a fully outfitted crew truck. Each truck carries essential hand and power tools, as well as specialty tools unique to the fueling trade. Miscellaneous pipe fittings (fiberglass and steel), as well as general construction hardware are always “on site”, keeping projects efficient and timely. All of our crew trucks are late model (20018 or newer) Ford’s with “contractor” beds. Equipment: Fleming Environmental, Inc. owns three (2) backhoes, one (1) skip loader, skid steer equipment, and various tools. All are in excellent operational condition (2012 or newer). By owning and maintaining this equipment, Fleming Environmental, Inc. can work on various phases on multiple sites without the need to supplement our resources through rental or subcontractor sources. This gives most projects the advantage of maintaining the schedule and the client the advantage of more competitively priced projects. As there will always be special circumstances requiring the augmenting of our own fleet, Fleming Environmental, Inc. maintains open account status with a wide number of equipment sources servicing the west coast. The relationships that we maintain with these sources give access to best of their fleets and preferred availability, furthering our ability to provide the client projects on schedule. Material: Fleming Environmental, Inc. maintains a 7500+ square foot warehouse stocked with components essential to fueling stations installs and upgrades. Having a ready source minimizes the possibility of not having the right part at the right time. From pipe nipples, fiberglass couplings, pipe, and dispensing components, to small power tools, compressors, and traffic control products, being fully outfitted and prepared means having the right material available when the project calls for it. Our experience with fueling construction and maintenance has taught us what those needs will be, and allowed us to be prepared. Our prime equipment supplier, PME (Petroleum Marketing Equipment), maintains their largest facility within 5 miles of our office. We have extended the resources they offer, as well as our longstanding relationships with them, which results in a fast tracked special orders and custom fabrications. This supplier has proven on more than one (1) occasion to be a huge asset, and contributing factor, to our past and future successes. Item 7 Page 30 of 59 13 Licenses and Certifications The Key Personnel as well as the Field Lead Technicians at Fleming Environmental, Inc. hold the following licenses and certifications: • California Contractor’s License Class A & B with a Hazardous Substances Removal and Remedial Actions Certification. • Franklin Fueling Systems - Automatic Tank Gauge Installation) • INCON – Sump Test System Operation and Repair • Fibrelite – Sherlock Vacuum Testing Kit • ICC – California UST Service Technician • Blueline Technologies – Equipment Certification • Environ – GeoFlex System w/Swivel & Coax Fittings Certification • Healy – Phase II Enhanced Vapor Recovery Equipment License • SCAQMD – Rule 461 Vapor Recovery Compliance Tester • Veeder-Root – Underground Storage Tanks Monitoring Systems • California State Water Resources Control Board – Licensed Tank and Line Integrity Tester • Universal Sensors and Devices – Leak Alert Monitoring Systems • Vaporless Manufacturing – Mechanical Line Leak Detectors Certification • Mine Safety Appliances – Tankguard Series Systems • Pneumercator – TMS System Trained and Certified • ICC – California UST Installer and Retrofitter • Estabrooks Ezy Chek Systems – Ezy 3 Locator Plus, Product Line Tester, Leak Detector Tester Equipment Certified • 40-Hour Hazwoper Certified • Containment Solutions – Trained Fiberglass Tank Installation Technicians • Smith Fibercast Total Quality Installation program for the Installation of UL Listed Primary and Secondary Containment Products • CPR / First Aid Trained • Confined Space Entry Licensed and Trained • Ameron International – Proper Installation Procedures for the Dualoy 3000 UL Listed Fiberglass Piping Systems • OPW – EVR Phase I Trained and Certified • Franklin Fueling Systems – XP Series Piping Installation Certified • Bravo Systems Gold Certified Installation and Testing Contractor • National Utility Contractors Association Competent Person Training Program • Etc Please note that copies of any of the above listed licenses and/or certifications are available at any time upon request. Item 7 Page 31 of 59 14 QUALITY ASSURANCE / QUALITY CONTROL The Environmental Compliance Division of Fleming Environmental, Inc. oversees and maintains a two-pronged QA/QC Program. We have a field program and an inter-office operations program. Both programs are run in a similar pattern, but are geared towards the specific Scope of Work of the personnel in each position. Our Field Foremen all go through one (1) year as a Field Technician (or Tester’s Assistant), prior to being given the opportunity to become a Foreman. The purpose of this practice is to ensure the proper and complete training in the methods and standards set forth by Fleming Environmental, Inc. Although previous experience might reduce the time spent as a Technician only, no personnel are ever brought on board into an automatic Lead Position. • Field Protocol #1: Once a month, our Division Manager will randomly attend a Compliance Test and one (1) DOP Site Inspection along with the technician(s) assigned for that day to witness (as a bystander only) the complete process of what that technician has been trained to do. Upon completion of this job, he will process a written evaluation of the job completion, as a whole (i.e. paperwork, client relations, technical aspects, safety, time efficiency, etc.) Prior to leaving the site, he will go over this assessment with the technician(s) and point out any areas of improvement that must be made. He will rate the job and based on this rating will determine if the technician will need to be visited again prior to the next thirty (30) day evaluation, if he might need additional training in the aspects covered in his Scope or Work, or maybe that this particular technician just might not be ready to be in a Lead Position. If this is the case, the Technician will be returned to an Assistant position for a period of either 30-60 days and will be given the opportunity to move back into their lead position as the end of that time. Please note that a Lead will only be pulled from his position and given the opportunity of retraining on two (2) occasions. A third infraction will result in the removal of the technician from that particular position and possible termination of employment. • Field Protocol #2: The same procedures are followed with a few exceptions. The Division Manager will still randomly pick the site and the test, however he will wait until the technician has left the site and perform a full repeat of what was done (whether it be a test, or a DOP Site Inspection) to ensure that the technician(s) covered all required bases (Please note, this will sometimes include interviewing the personnel at the facility in regards to the level of service they felt they received). Item 7 Page 32 of 59 15 Upon completion of the “follow-behind” QA/QC Inspection, the Division Manager will meet with the technician(s) and, again go over the assessment made. Any changes in position, additions to training, or even suggestions are made at that time. One final note on the Field Technician protocols: The Division Manager, rather than attend a test with a technician or crew will periodically show up to a site and witness the work as it is being completed without the technician or crew being aware of his presence. We will average one (1) of these types of site visit approximately every other month or once a quarter. We feel trust is the key to success within the Fleming organization, but also feel it is important to never let any technician and/or crew become too complacent with their positions or the tasks in which they have been hired to perform. • Inter-Office Protocol(s): It is the policy of Fleming Environmental, Inc. to have an equally effective and competent inter-office staff as well as field personnel. Our feeling is that you can have the best field technicians in the industry, but without and equally effective and competent inter-office staff, you are only ½ way there. For this reason, we have also developed an inter-office QA/QC. The Division Manager reviews all documentation, test results, repair recommendations, etc. prior to allowing them to leave our offices. In the event that his schedule does not permit this type of review, the Divisional Coordinator will step in and conduct the same review. This is to ensure that any follow-up (no matter how small) is conducted in a timely manner, with the most information possible being forwarded to our clients. Our inter- office personnel are given Job Specific Checklists to follow, to assist in making sure that no stones are left unturned when processing paperwork, issuing follow ups and getting the necessary items “out the door” within a 24-48 hour window. Please note that all inter-office personnel are subject to, no-less-than, thirty (30) to forty-five (45) days of extensive training before they are given the ok to complete their Scope of Work on their own. This is the inter-office equivalent to one (1) year of field technician training that our division requires. The Division Manager, or Coordinator will sit with the Inter-Office Personnel while they complete their site by site paperwork processes, watch them from a small distance, or follow behind them and complete the process to ensure that it is being following to the level of standards that Fleming Environmental, Inc. requires. The same rating system is followed, along with the same re-training specifics. The two (2) re-training limit is also followed. This means that an inter-office person will only be given two (2) sessions of retraining prior to being relieved of their position with Fleming Environmental, Inc. Because the paperwork processes are so much more complex, the inter-office staff will tend to be subject to more frequent evaluations. Item 7 Page 33 of 59 16 Overall: 1. Most companies focus their QA/QC programs on field technicians only. This can cause of break down of efficiency and professionalism on the office side of things if you do not expect the same productivity and quality levels. 2. Again, an effective and competent inter-office staff can be considered just as important to the success of any contract, as knowledgeable field crews. This program will commit to overseeing and guiding our entire staff to the highest level of standards and ultimately give our clients the best services and most compliant facilities they can have. 3. Specifically with the UST DOP and Vapor Recovery Inspection Program, strong and positive regulatory relationships are key components in the successful completion of any type of compliance contract. Our goal in this is: If you have a good working relationship and a positive reputation with the regulators and are known for Taking Ownership and Getting the Job Done Right, clients tend to have less interference from their local regulatory personnel. (Less interference means less opportunity for Notices of Violation, Notices to Comply, etc.) Fleming Environmental, Inc. is proud to maintain this exact type of relationship with any of the regulatory personnel we have worked with. Item 7 Page 34 of 59 17 PROJECT ORGANIZATIONAL CHART TERRY L. FLEMING, JR. President Project Executive JENNIFER MARTIN EEO Officer Contract Compliance Finance Accounting Erica Lopez Tank Testing Division Manager MIKE FLEMING JOQUIN MARIN FIELD CREW FIELD CREW KAITLIN PONCE Project Coordinator Purchasing Officer RON FERRIS Superintendent RANDY LITTLEFIELD Field Technician JACK LUTGEN Field Technician SAM GAINES Field Technician Item 7 Page 35 of 59 18 References City Of Los Angeles Contact Person: Sean Sullivan (213) 978-3781 Ongoing Fueling System Maintenance at Various Sites City of Irvine Contact Person: Joe Dillman (949) 724-7696 2015-Ongoing Fuel Tank Inspection, Training & Repair Services City Of Garden Grove Contact Person: Steve Sudduth (714) 741-5390 2010-Ongoing Fuel Tank Inspection, Training & Repair Services City Of Santa Monica Contact Person: David Tu (310) 458-8235 2010-Ongoing Fuel Tank Inspection, Training & Repair Services City of Huntington Beach Contact Person: Cody Jahn (714) 375-5047 2015 - Ongoing City Of South Gate Contact Person: David Torres (323) 563-5784 2015-Ongoing Fuel Tank Inspection, Training & Repair Services Item 7 Page 36 of 59 19 Subcontractors: Tank Cleaning & Removal: NIETO & SONS PO Box 760 Yorba Linda Ca 92885 CSLB #673912 Soil Sampling & Report: ASTECH ENVIRONMENTAL 24582 ACROPOLIS DRIVE MISSION VIEJO CA 92691 CSLB #2741863 Item 7 Page 37 of 59 20 Item 7 Page 38 of 59 &nbsp;Item 7Page 39 of 59 &nbsp;Item 7Page 40 of 59 &nbsp;Item 7Page 41 of 59 FORECOURT SPECIALIST This is to certify that has been certified in: Training Date: Certification # Expiration Date: The person named on this certificate of completion has demonstrated knowledge of the listed products and installation by completing an exam provided by Franklin Fueling Systems via FFS PRO: University. This certification is valid for two years from the training date listed. MICHAEL FLEMING Safety Jun 9, 2021 1030563709 Jun 9, 2022 Item 7 Page 42 of 59 &nbsp;Item 7Page 43 of 59 MICHAEL FLEMING California UST Service Technician Given this day January 28, 2022 Certificate No. 5264333 Item 7 Page 44 of 59 MICHAEL FLEMING UST Installation/Retrofitting Given this day September 28, 2021 Certificate No. 5264333 Item 7 Page 45 of 59 Page 17 of 18 EXHIBIT B SPECIAL PROVISIONS Item 7 Page 46 of 59 EXHIBIT B TO STANDARD FORM AGREEMENT – SPECIAL PROVISIONS SPECIFIC FOR THIS PROJECT Underground Storage Tank Removals Item 7 Page 47 of 59 EXHIBIT B TO STANDARD FORM AGREEMENT – SPECIAL PROVISIONS Contract No.CS-XXXX 2 Table of Contents A. General .................................................................................................................................................. 4 1. Scope of Work .................................................................................................................................. 4 a. General Scope of Work ................................................................................................................. 4 b. Tank Removal Located at 2800 S Soto Street ............................................................................... 4 c. Tank Removal Located at 4530 Bandini Boulevard....................................................................... 4 d. Closure Report .............................................................................................................................. 5 2. Specifications ................................................................................................................................... 5 3. Length of Contract ........................................................................................................................... 5 4. Liquidated Damages......................................................................................................................... 5 5. Delays and Extensions of time ......................................................................................................... 6 6. Quality of Work ................................................................................................................................ 6 7. Unit Prices ........................................................................................................................................ 6 8. Extra Work ....................................................................................................................................... 6 9. Compliance with Laws, Regulations, and Safe Practices ................................................................. 7 B. Construction Phase Specifications ........................................................................................................ 7 1. Scheduling of Work .......................................................................................................................... 7 2. Material Submittals .......................................................................................................................... 7 3. Weather Limitations ........................................................................................................................ 7 4. Construction Hours .......................................................................................................................... 7 5. Notification of Affected Residents/Businesses ................................................................................ 8 6. Notification of Utilities ..................................................................................................................... 8 7. Protection of the Public ................................................................................................................... 8 8. Noise Restrictions ............................................................................................................................ 9 9. Construction Order of Work ............................................................................................................ 9 10. Character of Workers ....................................................................................................................... 9 11. Examination of Site ........................................................................................................................ 10 12. Mobilization ................................................................................................................................... 10 13. Dust Control ................................................................................................................................... 10 14. Best Management Practices (BMP’s) ............................................................................................. 10 15. Temporary Water Meter ................................................................................................................ 10 16. Cleaning of Site During Construction ............................................................................................. 11 Item 7 Page 48 of 59 EXHIBIT B TO STANDARD FORM AGREEMENT – SPECIAL PROVISIONS Contract No.CS-XXXX 3 17. Sanitary Facilities ........................................................................................................................... 11 18. Final Cleaning of Site and Restoration ........................................................................................... 11 19. Contractor Responsibility ............................................................................................................... 11 C. Construction Specifications ................................................................................................................ 11 1. Unclassified Excavation .................................................................................................................. 11 2. Saw-cutting .................................................................................................................................... 11 3. Concrete Improvements ................................................................................................................ 12 a. General ........................................................................................................................................ 12 b. Reconstruction ............................................................................................................................ 12 4. Full Depth Asphalt Removal ........................................................................................................... 12 a. General ........................................................................................................................................ 12 b. Subgrade and Surface Preparation ............................................................................................. 12 Item 7 Page 49 of 59 EXHIBIT B TO STANDARD FORM AGREEMENT – SPECIAL PROVISIONS Underground Storage Tank Removals 4 A.General 1.Scope of Work This project consists of the removal of two (2) underground petroleum storage tanks and associated appurtenances. Tanks are located at two (2) separate addresses: 2800 S Soto St. & 4530 Bandini Blvd., Vernon, CA 90058. a.General Scope of Work 1.Prepare plans, engineering, permits, and inspections for UST removal and complete site closure. (No fee City permits as necessary) 2.Mobilize onsite; install security fencing around area of project – no traffic control required in public right-of-way. 3.DigAlert & Pothole to verify existing utilities. 4.Valid DOSH permit as necessary. 5.Provide soil monitoring per AQMD rule 1166 to Vernon Health Department 6.Provide soil sampling plan as directed by Vernon Health Department with 24-hour turn around analysis. 7.Clean and remove each (two total) 1000 gallon double wall steel diesel tank, vent, product piping, and diesel dispense – UDC. Tanks must be emptied to 100 gallons or less. Decontaminate the tanks and rinse, transport, and dispose of rinse liquids with provided proper documentation (hazardous waste manifests). b.Tank Removal Located at 2800 S Soto Street 1.Saw cut & demolition area approximately 20.5’ x 11’ over Underground Storage Tank and fuel piping. 2.Saw cut & demolition of approximately 3’ x 80’ trench for dispenser and associated fuel piping. 3.Remove dispenser, piping, and equipment and haul off site. 4.Excavate tank and associated piping. Stockpile material to be reused with backfill. 5.Cap off and remove electrical conduits up to building, electrical and monitoring equipment at building above ground to be removed by the City. 6.Backfill with cement slurry, crushed rock, or Class II CMB (crushed miscellaneous base) and compact to achieve approximately 90% maximum dry density – test to be provided by the Contractor’s Soils / Geotechnical Engineer. 7.Resurface area with concrete, install Vernon Standard Class 520-C-2500 Cement Concrete 6” thick with #4 rebar – 12” on center above 6” CMB. 8.Clean up of work area from debris and equipment required. c.Tank Removal Located at 4530 Bandini Boulevard 1.Saw cut & demolition area approximately 20’ x 12’ over Underground Storage Tank and fuel piping. Item 7 Page 50 of 59 5 2.Saw cut & demolition of approximately 3’ x 40’ trench for dispenser and associated fuel piping. 3.Remove dispenser, piping, and equipment and haul off site. 4.Excavate tank and associated piping. Stockpile material to be reused with backfill. 5.Cap off and remove electrical conduits up to building, electrical and monitoring equipment at building above ground to be removed by the City. 6.Backfill with cement slurry, crushed rock, or Class II CMB (crushed miscellaneous base) and compact to achieve approximately 90% maximum dry density – test to be provided by the Contractor’s Soils / Geotechnical Engineer. 7.Resurface area with temporary cold patch (final reconstruction to be performed by the City in the future). 8.Clean up of work area from debris and equipment required. d.Closure Report 1.Formal closure application and letter for each underground storage tank and associated appurtenances removal to be submitted to Vernon Health Department. 2.Specifications Installation and payment for all the work shall conform to the Standard Specifications for Public Works Construction (2021 Edition), State of California Department of Transportation (Caltrans) Standard Plans and Standard Specifications (2018 Edition), California Manual on Uniform Traffic Control Devices (2009 Edition), and the City of Vernon Standard Plans. The Standard Specifications for Public Works Construction (2021 Edition) shall be referred to hereafter as the Standard Specifications. The Caltrans Standard Plans (2018 Edition) shall be referred to hereafter as the Caltrans Standard Plans. The California Manual on Traffic Control Devices (2009 Edition) shall be referred hereafter as the MUTCD. 3.Length of Contract All work in this project shall be completed within forty-five (45) calendar days as specified in the Bidder’s Proposal. 4.Liquidated Damages In accordance with Section 6-9 of the Standard Specifications, for each consecutive calendar day in excess of the time specified for completion of the work, as adjusted in accordance with Section 6-9 of the Standards Specifications, the Contractor shall pay to the agency, or have withheld from monies due it, the sum of two hundred and fifty dollars ($250) per calendar day. EXHIBIT B TO STANDARD FORM AGREEMENT – SPECIAL PROVISIONS Underground Storage Tank Removals Item 7 Page 51 of 59 EXHIBIT B TO STANDARD FORM AGREEMENT – SPECIAL PROVISIONS Underground Storage Tank Removals 6 5.Delays and Extensions of time The provisions of Section 6-4 entitled "Delays and Extensions of Time" of the Standard Specifications shall apply except as modified and supplemented below. The second paragraph of subsection 6-4.1 is hereby deleted and the following paragraph shall be inserted in its place: No extension of time will be granted for a delay caused by the inability of the Contractor to obtain materials, equipment and labor, except as authorized by the City's Project Manager. The length of contract time stipulated includes any time which may be required to obtain materials, equipment and labor, and the Contractor in submitting a bid shall be deemed to have ascertained the availability of materials, equipment and labor and considered same in his/her proposed construction schedule. 6.Quality of Work The provisions of Section 3 entitled "Control of the Work" of the Standard Specifications shall apply. In addition, any work deemed unacceptable by the City's Project Manager, whether a cause is determined or not shall be repaired or replaced by the Contractor at his/her expense. 7.Unit Prices All costs not covered by specific unit prices but required for a complete job in place, shall be included in the items most related to the work. 8.Extra Work In the event the City and the Contractor are unable to negotiate an agreed price for extra work, which is acceptable to both parties, payment shall be made based on time and materials as follows: •Work by the Contractor: The following percentages shall be added to the Contractor's cost and shall constitute the markup for all overhead and profits: 1.Labor 33% 2.Materials 15% 3.Equipment Rental 15% 4.Other Items and Expenditures 15% •Work by the Subcontractor: When all or any part of the extra work is performed by a subcontractor, the markup provided by the Contractor as mentioned above shall apply to the subcontractor’s actual costs. A markup of 5% of the subcontracted portion of each extra work may be added for the Contractor. Item 7 Page 52 of 59 7 9.Compliance with Laws, Regulations, and Safe Practices The Contractor shall perform all work in a safe, competent manner and in accordance with all federal, state, and local statues, regulations, ordinances, rules, and governmental orders. The Contractor will be solely and completely responsible for the conditions of the job site, including safety of all persons and property during performance of the work. This requirement will apply continuously and not be limited to normal working hours. Inspection of the Contractor's performance by the City, its agents, or employees is not intended to include review of the adequacy of the Contractor's safety measures in or near the job site. B.Construction Phase Specifications 1.Scheduling of Work The Contractor shall submit his/her work schedule to the City's Project Manager prior to the pre- construction meeting. The construction schedule shall show the sequence of work, critical path and estimated time for completion of each segment of work. This schedule must be reviewed and accepted by the City's Project Manager before the Contractor will be permitted to begin work. In addition, the Contractor shall submit a detailed schedule forecasting two weeks of work describing each day’s work. This schedule shall be updated and submitted to the City every other Monday during the construction period. The Contractor shall give 48 hours’ notice to the City's Project Manager prior to the start of the work. 2.Material Submittals The Contractor shall provide all required submittals including, but not limited to the following: •Shop drawings •Materials and mix designs (submitted upon award of the contract for review and approval before the construction) The “Notice to Proceed” will not be issued to the Contractor until all the submittals have been reviewed and approved by the City, along with a schedule of work. 3.Weather Limitations Placement operations shall not be performed during wet conditions or if rain or cold conditions (less than 45°F) are imminent or predicted to exist at any time. “Imminent or predicted” is defined as being forecasted within a 48-hour period on the National Weather Service Web Site http://www.wrh.noaa.gov for the most representative and nearest location listed where placement is to begin and end. 4. Construction Hours Work shall occur Monday-Friday between the hours of 7:00 am to 4:00 pm, and Saturday between the hours of 6:00 am to 5:00 pm unless otherwise requested by the Contractor and approved by the City’s Project Manager. EXHIBIT B TO STANDARD FORM AGREEMENT – SPECIAL PROVISIONS Underground Storage Tank Removals Item 7 Page 53 of 59 8 5. Notification of Affected Residents/Businesses The Contractor shall be responsible for distribution of the general information letter of the project to all affected residents and businesses. A project general information letter and sufficient copies thereof will be prepared by City staff for Contractor distribution to all residents, business establishments, and institutions fronting on or directly affected by the project. The Contractor shall be responsible for distribution of said letter in handout form to all the appropriate residences and buildings in the subject area. Distribution shall be accomplished in a manner acceptable to the City's Project Manager and shall be five (5) working days prior to the beginning of construction operations in the immediate vicinity. In addition to the above, the Contractor shall be fully responsible for such other notifications as may be required related to necessary closures of streets, alleys, driveways, etc., or to unavoidable access or parking restrictions. These notifications shall apply where the closures and access or parking restrictions required in the performance of any work under this contract preclude any resident, tenant, or property owner from utilizing the premises or conducting business thereon in a reasonable and customary manner. Additional notification to the affected businesses and residents shall be prepared by the City and distributed by the Contractor for roadway and driveway closures five (5) working days in advance of any construction work. No removal or excavation work is allowed until the additional notification has been distributed to the affected residents and businesses. If a Contractor is unable to adhere to his/hers schedule as indicated on his/hers written notification, then all the affected residents and places of business shall be re-notified of the revised schedule, in writing, as indicated above. Contractor costs for all of the above notifications shall be considered as included in the appropriate items of the Bid Proposal. 6. Notification of Utilities The provisions of Section 402 entitled "Utilities" of the Standard Specifications shall apply. The Contractor shall contact the Underground Service Alert of Southern California (U.S.A.) at least three (3) working days in advance of the construction work. 7. Protection of the Public The Contractor shall take such steps and precautions as his/her operations warrant to protect the public from danger, loss of life, loss of property or interruption of public services. Unforeseen conditions may arise which will require that immediate provisions be made to protect the public from danger or loss, or damage to life and property, due directly or indirectly to prosecution of work under the contract. Whenever, in the opinion of the City's Project Manager, a condition exists in which the Contractor has not taken sufficient precaution of public safety, protection of utilities, and/or protection of adjacent structures or property, the City's Project Manager will order the Contractor to provide a remedy for the condition. If the Contractor fails to act on the situation within a reasonable time period as determined by the City's Project Manager, or in the event of an emergency situation, the City's Project Manager may provide suitable protection by EXHIBIT B TO STANDARD FORM AGREEMENT – SPECIAL PROVISIONS Underground Storage Tank Removals Item 7 Page 54 of 59 9 causing such work to be done and material to be furnished as, in the opinion of the City's Project Manager, may seem reasonable and necessary. The cost and expense of all repairs (including labor and materials) as are deemed necessary, shall be borne by the Contractor. All expenses incurred by the City for emergency repairs will be deducted from the final payment due to the Contractor. 8.Noise Restrictions The Contractor may not operate certain power equipment, within a residential area or within a radius of five-hundred (500) feet from a residential area, except during the following times: 1.From 7:00 am to 4:00 pm, Monday through Thursday 2.From 6:00 am to 5:00 pm on Saturday and Sunday In addition, the noise level from the Contractor's operations shall not exceed eighty-five (85) dBA when measured within a one hundred (100) foot radius at any time. 9. Construction Order of Work Work shall be scheduled so as to lessen the impact upon businesses. All construction shall conform to the latest edition of the Standard Specifications and shall proceed in a smooth, efficient, timely and continuous manner. As such, once construction is started in a work area, the Contractor will be required to work continuously in that work area until construction has been completed and the work area is open and accessible to both vehicular and pedestrian traffic in a manner approved by the City's Project Manager before the next stage of work will be allowed to begin. Once construction is started in a work area, the Contractor shall not withdraw manpower or equipment from that work area in order to start construction in another work area if doing so, in the opinion of the City's Project Manager, delays the completion of the work presently under construction. The Contractor shall maintain continuous access to all residents and businesses within the project limits, including drive approaches, unless the Contractor has obtained the approval of the City's Project Manager to close either such access or drive approach. No stockpiling of material and construction equipment on public streets or sidewalks will be permitted on this project unless approved by the City's Project Manager. Material and equipment placed on public streets, sidewalks and on the construction areas shall be used the same day. 10. Character of Workers If any subcontractor or person employed by the Contractor shall fail or refuse to carry out directions of the City's Project Manager or shall appear to the City's Project Manager to be incompetent or act in a disorderly or otherwise improper manner, he/she shall be immediately discharged from the project on the request of the City's Project Manager, and such person shall EXHIBIT B TO STANDARD FORM AGREEMENT – SPECIAL PROVISIONS Underground Storage Tank Removals Item 7 Page 55 of 59 10 not be reemployed on the work. If said individual has an ownership interest in the contracting entity, the City's Project Manager will serve written notice upon the Contractor and the Surety providing the faithful performance bond, in accordance with Section 6-8, "Termination of the Contractor by Default" of the Standard Specifications, demanding complete and satisfactory compliance with the Contract. 11. Examination of Site The Contractor is required to examine the site and judge for themselves the location. Physical conditions, substructures and surroundings of the proposed work. 12. Mobilization The cost of all preparatory work and operations for the multiple movements of personnel, equipment, supplies, and incidentals to the project site must be included in the various bid items, and no extra compensation will be paid to the Contractor. 13. Dust Control Throughout all phases of construction, including suspension of work, and until final acceptance of the project, the Contractor shall abate dust nuisance by cleaning, sweeping and sprinkling water, or other means as necessary when requested by the City. Failure of the Contractor to comply with the City's Project Manager cleanup orders may result in an order to suspend work until the condition is corrected. No additional compensation or extension of contract completion time will be allowed as a result of such suspension. The cost of furnishing and operating dust control during the construction project shall be included in the various bid items, and no extra compensation will be paid to the Contractor. 14. Best Management Practices (BMP’s) The Contractor shall submit a copy of their Best Management Practices (BMPs) to the City Engineer for review ten (10) days prior to the beginning of any work. The Contractor is hereby notified that specific construction practices in the Standard Specifications, Section 3-12.6.2, “Best Management Practices (BMPs)” are considered to be Best Management Practices. The Contractor shall implement and maintain such BMP’s as are relevant to the work, and as are specifically required by the Plans or Special Provisions. The Contractor shall not commence activity until the BMP submittal has been reviewed and approved. 15. Temporary Water Meter If necessary, the Contractor shall obtain a temporary water meter from the City of Vernon Water Department by placing a deposit of $1,000. Contractor shall pay for all water used. Contractor shall not relocate the service. The Contractor shall call the City of Vernon Water Department to relocate the service and will be charged fifty dollars ($50.00) for each relocation. EXHIBIT B TO STANDARD FORM AGREEMENT – SPECIAL PROVISIONS Underground Storage Tank Removals Item 7 Page 56 of 59 11 16.Cleaning of Site During Construction During construction, all existing improvements, including pavement, sidewalk, curb and gutter, adjacent to the work area shall be swept free from soils, gravel, dirt or debris on a daily basis. The Contractor is responsible for maintaining all sidewalk, curb and gutter areas within the construction zone free from loose materials at all times. 17.Sanitary Facilities The Contractor shall furnish and maintain sufficient sanitary facilities by the worksites for the entire duration of construction activities. The cost of furnishing and maintaining sufficient sanitary facilities shall be included in the various bid items, and no extra compensation will be paid to the Contractor. 18.Final Cleaning of Site and Restoration The Contractor shall be responsible for cleaning and restoration of all damaged existing improvements such as sidewalk, driveway, curb and gutter, and private property at no cost to the City. The Contractor shall remove all loose aggregates by sweeping all the sidewalks and gutters. The cost of furnishing and operating such sweeping after the construction of the project must be included in the various bid items, and no extra compensation will be paid to the Contractor. 19.Contractor Responsibility The Contractor shall be responsible for the final product and shall make any quality control, adjustments and corrections necessary to obtain the final product accepted by the City's Project Manager. The Contractor shall perform process and quality control sampling and testing and exercise management control the work of his/her subcontractors, technicians and workers to ensure that the milling, transporting, spreading, compaction, and finishing processes conform to these Specifications. The City's Project Manager shall have unrestricted access to the laboratory, sampling, testing sites, and all information resulting from mix design and quality control activities. All Quality Control testing results shall be submitted to the City's Project Manager on a daily basis. C.Construction Specifications 1.Unclassified Excavation This section shall conform to Section 300-2 of the Standard Specifications and these Special Provisions. The cost for unclassified excavation shall be included in the unclassified excavation bid item unit price and no additional compensation to the Contractor shall be made therefor. Cost for unclassified fill if any, re-grading and re-compaction shall be included in the unit price paid for the unclassified excavation for the said areas and no additional payment will be allowed therefor. 2. Saw-cutting A concrete saw shall, where practicable, be used to neatly saw the edge of all existing concrete sidewalk, curb, gutter, and/or drive apron to be removed. The residue resulting from the saw- EXHIBIT B TO STANDARD FORM AGREEMENT – SPECIAL PROVISIONS Underground Storage Tank Removals Item 7 Page 57 of 59 EXHIBIT B TO STANDARD FORM AGREEMENT – SPECIAL PROVISIONS Underground Storage Tank Removals 12 cutting operations shall not be permitted to flow beyond the specific work location and shall be vacuumed concurrently with the operation. Payment for saw-cutting concrete and asphalt pavement, concrete spandrel, drive aprons, curb, gutter or sidewalk shall be included in the unit bid prices of the various related items as specified in the Bidder's Proposal and no additional compensation for this work shall be made therefor. All work shall conform to applicable provisions of the Standard Specifications. 3.Concrete Improvements a. General The construction of concrete improvements shall consist of removal and disposal of concrete, asphalt concrete pavement, debris, native soil, and construction of concrete curb ramps and sidewalks according to the City of Vernon Plans. All concrete work shall be formed according to City of Vernon Standards. No wild pouring allowed. All concrete classifications are according to Standard Specification, Section 201. b. Reconstruction The reconstruction of concrete surface shall use backfill compaction to 90%, Class 520-C- 2500 cement concrete 6” thick to match existing conditions, over minimum 6” CMB. 4.Full Depth Asphalt Removal a. General Shall be in accordance with Section 401-2 of the Standard Specifications. Contractor shall remove entire asphalt section without disturbing or introducing any subgrade materials to the asphalt millings. b.Subgrade and Surface Preparation Prior to placing new pavement the subgrade soils/base shall be properly prepared, moisture treated and compacted to a minimum of 95 percent relative compaction based upon ASTM-D 1557 so as to create an evenly graded, unyielding surface. If the new pavement is to be placed on an existing milled pavement surface it shall be verified that the milled surface is firm and unyielding and there are no subgrade failure areas beneath the milled surface that might compromise the integrity of the new pavement. When new pavement is placed on a milled surface or adjacent to structures such as curbs, concrete gutters, planters, etc.; these contact surfaces shall be swept of all loose material to create a dry clean surface. A tack coat of SS-1h emulsion, emulsified recycling agent or equivalent (0.05 gallon per square yard minimum) shall be applied to all surface areas prior to placing the new pavement. New pavement is not recommended as a direct overlay on existing asphalt pavement without first milling the underlying pavement to aid in bonding and to prevent slippage. Item 7 Page 58 of 59 Page 18 of 18 EXHIBIT C EQUAL EMPLOYMENT OPPORTUNITY PRACTICES PROVISIONS A. Contractor certifies and represents that, during the performance of this Agreement, the contractor and each subcontractor shall adhere to equal opportunity employment practices to assure that applicants and employees are treated equally and are not discriminated against because of their race, religious creed, color, national origin, ancestry, handicap, sex, or age. Contractor further certifies that it will not maintain any segregated facilities. B. Contractor agrees that it shall, in all solicitations or advertisements for applicants for employment placed by or on behalf of Contractor, state that it is an "Equal Opportunity Employer" or that all qualified applicants will receive consideration for employment without regard to their race, religious creed, color, national origin, ancestry, handicap, sex or age. C. Contractor agrees that it shall, if requested to do so by the City, certify that it has not, in the performance of this Agreement, discriminated against applicants or employees because of their membership in a protected class. D. Contractor agrees to provide the City with access to, and, if requested to do so by City, through its awarding authority, provide copies of all of its records pertaining or relating to its employment practices, except to the extent such records or portions of such records are confidential or privileged under state or federal law. E. Nothing contained in this Agreement shall be construed in any manner as to require or permit any act which is prohibited by law. Item 7 Page 59 of 59 City Council Agenda Report Meeting Date:March 7, 2023 From:Daniel S. Wall, P.E., Director of Public Works Department:Public Works Submitted by:Rosa Garibay, Permit Technician Subject Public Works Department Monthly Report Recommendation Receive and file the December 2022 and January 2023 Public Works Department Building Reports. Background The attached building reports consists of total issued permits, major projects, demolition permits, new building permits and certificates of occupancy status reports for the months of December 2022 and January 2023. Fiscal Impact There is no fiscal impact associated with this report. Attachments 1. Public Works Department December 2022 Building Report 2. Public Works Department January 2023 Building Report Item 8 Page 1 of 18 Construction Value Number of Permits Year to Date Value Year to Date Permits Construction Value Number of Permits Year to Date Value Year to Date Permits Permit Difference Valuation Difference January 4,464,611$ 62 4,464,611$ 62 1,813,324$ 29 1,813,324$ 29 -53%-59% February 5,711,149$ 45 10,175,760$ 107 2,895,873$ 31 4,709,197$ 60 -44%-54% March 1,966,225$ 43 12,141,985$ 150 4,291,667$ 42 9,000,864$ 102 -32%-26% April 4,257,030$ 57 16,399,015$ 207 5,714,278$ 37 14,715,141$ 139 -33%-10% May 9,312,090$ 51 25,711,105$ 258 14,819,034$ 31 29,534,176$ 170 -34%15% June 3,826,680$ 59 29,537,785$ 317 4,717,348$ 40 34,251,524$ 210 -34%16% July 4,969,602$ 38 34,507,387$ 355 3,142,154$ 32 37,393,677$ 242 -32%8% August 3,551,601$ 42 38,058,988$ 397 12,576,749$ 59 49,970,426$ 301 -24%31% September 2,464,590$ 44 40,523,578$ 441 18,150,011$ 59 68,120,437$ 360 -18%68% October 3,749,547$ 45 44,273,125$ 486 6,149,088$ 53 74,269,525$ 413 -15%68% November 3,050,393$ 47 47,323,518$ 533 2,912,883$ 38 77,182,407$ 451 -15%63% December 9,861,839$ 38 42,120,370$ 571 1,673,193$ 16 78,855,600$ 467 -18%87% 2021 2022 Year to Date Monthly Report Summary City of Vernon Building Division 0 10 20 30 40 50 60 70 $- $2,000,000 $4,000,000 $6,000,000 $8,000,000 $10,000,000 $12,000,000 $14,000,000 $16,000,000 $18,000,000 $20,000,000 Monthly 2021 Construction Value 2022 Construction Value 2021 Number of Permits 2022 Number of Permits 0 100 200 300 400 500 600 $- $10,000,000 $20,000,000 $30,000,000 $40,000,000 $50,000,000 $60,000,000 $70,000,000 $80,000,000 $90,000,000 Year to Date 2021 Year to Date Value 2022 Year to Date Value 2021 Year to Date Permits 2022 Year to Date Permits Item 8 Page 2 of 18 Value 5 2 6 1 2 16 467 $9,861,839.00 38 $47,323,518.00 533 $57,185,357.00 571 City of Vernon Building Department Monthly Report from 12/1/2022 to 12/31/2022 Type # of Permits Electrical $37,680.00 Mechanical $136,480.00 YEAR TO DATE TOTAL $78,855,600.40 Miscellaneous $1,124,860.00 Plumbing $6,000.00 Roof $368,173.00 DECEMBER 2021 TOTALS PREVIOUS MONTHS TOTAL PRIOR YEAR TO DATE TOTAL DECEMBER 2022 TOTALS $1,673,193.00 PREVIOUS MONTHS TOTAL $77,182,407.40 451 Item 8 Page 3 of 18 City of Vernon Building Department Major Projects from 12/1/2022 to 12/31/2022 Valuations > 20,000 Permit No.Project Address DescriptionTenant Job Value Mechanical B-2022-5687 5325 SOTO ST 36480Install refrigeration equipment for walk-in cooler6309026033APN B-2022-5174 3355 26TH ST 100000Replace the existing roof top HVAC equipment with a direct like for like replacement 5169034017APN 2 $136,480.00Record(s) Miscellaneous B-2021-5080 4722 EVERETT AVE 40000Removal of existing ground equipment and installation of new 80KW / 466 gallon diesel emergency backup generator on new concrete pad with new fence and gate. 6304025005APN B-2021-4827 4901 BANDINI BLVD Lineage Logistics 94860Installation of rooftop photovoltaic system on existing building6332001005APN B-2022-5676 4701 SANTA FE AVE 750000Asbestos abatement of hazardous materials lcoated at roof, light fixtures, windows, flooring and concrete joing sealants, within 112,582 square foot existing building. Lead paint is also included. 6308014031APN B-2022-5655 2727 VERNON AVE 80000Add shear wall/column and reinforce roof for palletizer area6302020041APN B-2022-5628 2638 VERNON AVE 150000Removal and replacement of an existing silo6308005015APN 5 $1,114,860.00Record(s) Roof B-2022-5682 3700 26TH ST 360173Site address 3700 - 3748 26th Street. Over the one existing roof system (BUR) the installation of the new 80 mil. PVC sika single-ply roof system mechanically attached to the plywood deck. 5192030004APN 1 $360,173.00Record(s) 1 Item 8 Page 4 of 18 Permit No. Project Address DescriptionTenant Job Value 8 $1,611,513.00Permit(s)Total 2 Item 8 Page 5 of 18 None City of Vernon Building Department Demolition Report - December 2022 Item 8 Page 6 of 18 None City of Vernon Building Department New Buildings Report - December 2022 Item 8 Page 7 of 18 Total Fees $7,448.008Permits 6303024017 Total for Certificate of Occupancy:7,448.00 629,186.00 3000 APN 6302003023 C-2022-1974 2914 LEONIS BLVD TMR USA INC Manufacturing hand made paper boxes with flowers 885.00 11974 APN 6302018010 C-2022-1973 2501 28TH ST MBA Cutting Inc Garment contractor, cutting fabric services 385.00 143897 APN 6310027023 C-2022-1972 3844 SANTA FE AVE Los Angeles Airlines, Inc.screen printing and garment decorating 885.00 26000 APN 6302007023 C-2022-1971 3200 SLAUSON AVE Barcel USA LLC Manufacturer, warehouse, wholesaler and retailer of flavored popcorn 1,207.00 49500 APN 6302007023 C-2022-1970 2807 SANTA FE AVE The Timing Inc Clothing manufacturing 885.00 42772 APN 6310008016 C-2022-1969 2809 SANTA FE AVE One and Only Collective Inc Women garment distribution 885.00 115500 APN 5192030001 C-2022-1968 5383 ALCOA AVE Tolead Logistics US Inc.Warehousing and distribution of general merchandise 1,931.00 92646 APN C-2022-1967 3840 26TH ST Revolution Consumer Solutions (CA), LLC Manufacturing and distribution of bags 385.00 Fees Paid Square Feet City of Vernon Certificate of Occupancy Applications Date From 12/1/2022 to 12/31/2022 Issued Permit No.Project Address Tenant Description Item 8 Page 8 of 18 Permit No. 12/7/2022 12/7/2022 12/14/2022 12/27/2022 12/27/2022 12/27/2022 12/27/2022 12/27/2022 12/27/2022 12/27/2022 12/27/2022 12/27/2022 12/27/2022 Total Fees Paid $9,327.0013Permits APN 6304011005 Total for Certificate of Occupancy:9,327.00 518,624.00 3006 APN 6304026030 C-2021-1814 4900 50TH ST Cubework.com, Inc.Office use only 385.00 1350 6308015017 C-2021-1783 4455 FRUITLAND AVE Putnam Accessory Group, Inc Warehousing and distribution of apparel 385.00 13000 APN 6304016005 C-2022-1953 2131 51ST ST Wang Globalnet Warehousing of food items 885.00 30000 APN 6304026017 C-2022-1917 4767 49TH ST Freshlunches, Inc. DBA Unity Meals Food processing 885.00 6602 APN 6310027044 C-2022-1938 4405 FRUITLAND AVE Modu Management Group, Inc Office Use Only 385.00 1100 APN 6309003036 C-2021-1764 6043 MALBURG WAY UVSINC, LLC Warehousing and distribution of general merchandise 885.00 11840 APN 6303026011 C-2021-1747 5300 SANTA FE AVE Mother LLC Offices and manufacturing of clothing 885.00 23000 APN 6304003001 C-2021-1843 3317 50TH ST Engine-partsman Warehousing and distribution of auto parts 885.00 181314 APN 6332001005 C-2021-1721 4160 BANDINI BLVD Bentex Cotton Industries Inc. Warehousing and distribution of textiles 885.00 33000 APN 6310027022 C-2020-1468 4901 BANDINI BLVD Lineage Logistics PFS, LLC Refrigerated warehouse 385.00 3600 APN 6308002006 C-2022-1954 6250 BOYLE AVE Pixior LLC Warehousing and distribution of apparel 1,207.00 205312 APN 6308004010 C-2022-1884 2761 FRUITLAND AVE Lucky Cooling Inc.Warehousing of air conditioners and tools 385.00 Fees Paid Square Feet Certificate of Occupancy C-2021-1726 4626 PACIFIC BLVD Architectural Cast Incorporate Manufacturing of plaster architectural elements 885.00 5500 APN City of Vernon Certificate of Occupancy Issued Date From 12/1/2022 to 12/31/2022 Issued Project Address Tenant Description Item 8 Page 9 of 18 Construction Value Number of Permits Year to Date Value Year to Date Permits Construction Value Number of Permits Year to Date Value Year to Date Permits Permit Difference Valuation Difference January 1,813,324$ 29 1,813,324$ 29 2,905,362$ 29 2,905,362$ 29 0%60% February 2,895,873$ 31 4,709,197$ 60 March 4,291,667$ 42 9,000,864$ 102 April 5,714,278$ 37 14,715,141$ 139 May 14,819,034$ 31 29,534,176$ 170 June 4,717,348$ 40 34,251,524$ 210 July 3,142,154$ 32 37,393,677$ 242 August 12,576,749$ 59 49,970,426$ 301 September 18,150,011$ 59 68,120,437$ 360 October 6,149,088$ 53 74,269,525$ 413 November 2,912,883$ 38 77,182,407$ 451 December 1,673,193$ 16 78,855,600$ 467 2022 2023 Year to Date Monthly Report Summary City of Vernon Building Division 0 10 20 30 40 50 60 70 $- $2,000,000 $4,000,000 $6,000,000 $8,000,000 $10,000,000 $12,000,000 $14,000,000 $16,000,000 $18,000,000 $20,000,000 Monthly 2022 Construction Value 2023 Construction Value 2022 Number of Permits 2023 Number of Permits 0 100 200 300 400 500 $- $10,000,000 $20,000,000 $30,000,000 $40,000,000 $50,000,000 $60,000,000 $70,000,000 $80,000,000 $90,000,000 Year to Date 2022 Year to Date Value 2023 Year to Date Value 2022 Year to Date Permits 2023 Year to Date Permits Item 8 Page 10 of 18 Value 11 2 4 6 4 2 29 496 $1,813,324.00 29 $42,120,370.00 571 $43,933,694.00 600 467 YEAR TO DATE TOTAL $81,760,962.40 JANUARY 2022 TOTALS PREVIOUS MONTHS TOTAL PRIOR YEAR TO DATE TOTAL Roof $415,000.00 JANUARY 2023 TOTALS $2,905,362.00 PREVIOUS MONTHS TOTAL $78,855,600.40 Mechanical $1,397,200.00 Miscellaneous $386,072.00 Plumbing $69,900.00 City of Vernon Building Department Monthly Report from 1/1/2023 to 1/31/2023 Type # of Permits Electrical $417,190.00 Industrial - Remodel $220,000.00 Item 8 Page 11 of 18 City of Vernon Building Department Major Projects from 1/1/2023 to 1/31/2023 Valuations > 20,000 Permit No.Project Address DescriptionTenant Job Value Electrical B-2023-5765 3851 SANTA FE AVE 25000electrical installation for stormwater treatment system6302015030APN B-2022-5685 4900 GIFFORD AVE 120000Building 49. Install new emissions control equipment and minor alterations for improved airflows. 6304014013APN B-2022-5688 6115 MALBURG WAY 85500Electrical tenant improvements, lighting upgrades, title 24 commissioning, and power upgrades 6310027042APN B-2022-5293 3810 SANTA FE AVE 100000Convert existing two story building and site to Enterprise Rent-A-Car Truck Rental Facility 6302019019APN B-2022-5663 2731 SOTO ST 53700NH3 detection system 6302001044APN 5 $384,200.00Record(s) Industrial - Remodel B-2022-5683 4900 GIFFORD AVE 210000Install new emissions control equipment and minor alterations for improved airflows. 6304014013APN 1 $210,000.00Record(s) Mechanical B-2023-5738 4380 AYERS AVE 55000Liquid argon copper piping and compressed air copper piping system 6304001018APN B-2022-5695 4801 50TH ST 1252200Building 50. Install new emissions controll equipment and minor alterations for improved airflows 6304013029APN B-2022-5349 2939 SUNOL DR 40000Installation of a new Hood, Make-up air unit and ductwork for existing food prep area 6304004020APN B-2022-5291 3810 SANTA FE AVE 50000Mechanical HVAC Unit, Garage ventillation system, Make-up air, Exhaust fans and associated ductwork for existing building TI for enterprise Rent-A-Car truck rental facility. 6302019019APN 4 $1,397,200.00Record(s) Miscellaneous B-2022-5686 2200 27TH ST 23775Installation of prefabricated pallet rackinginside warehouse. No field welding is required. Fire Department approval included in scope of work. 6302007026APN 1 Item 8 Page 12 of 18 Permit No. Project Address DescriptionTenant Job Value B-2022-5275 5107 DISTRICT BLVD 45000Addition of wireless telecom antennas and equipment along with a concrete pad on the ground with equipment. 6304010015APN B-2022-5647 2300 48TH ST 228297Installation of storage racks 7,881 square feet of rack at 26 feet.6308015076APN B-2023-5757 4550 SEVILLE AVE 49000Replace broken store front glass with Title 24 1" low & glass6308001034APN 4 $346,072.00Record(s) Plumbing B-2022-5290 3810 SANTA FE AVE 50000Convert existing two story building and site to enterprise Rent-A-Car truck rental facility. 6302019019APN 1 $50,000.00Record(s) Roof B-2023-5740 250000Reroofing B-2022-5713 165000Tear off all roof layers, install 1/2" CDX plywood if needed, install base sheet secured to deck and APP Modified Bitumen Roofing System - Title 24 compliant. CRRC #0616-0011a 2 $415,000.00 4120 BANDINI BLVD APN 6304003008 4820 50TH ST APN 6304011006 17 $2,802,472.00PermitsTotal Valuation: 2 Item 8 Page 13 of 18 None City of Vernon Building Department Demolition Report - January 2023 Item 8 Page 14 of 18 None City of Vernon Building Department New Buildings Report - January 2023 Item 8 Page 15 of 18 58480 City of Vernon Certificate of Occupancy Applications Date From 1/1/2023 to 1/31/2023 Issued Permit No.Project Address Tenant Description APN 6308002016 Fees Paid Square Feet C-2023-1975 4620 SEVILLE AVE PBR Seville, LLC New building 0.00 C-2023-1977 2266 38TH ST Express Fasteners Inc. / Action Tool 885.00 6000 APN 6302016024 C-2023-1978 3001 44TH ST Overhill Farms, Inc.Storage 885.00 20272 APN 6303013048 C-2023-1980 3250 44TH ST Ruiz Food Products, Inc. DBA Ruiz Foods Preparation of frozen food 885.00 32700 APN 6303016007 C-2023-1981 3280 44TH ST Ruiz Food Products, Inc. DBA Ruiz Foods Preparation of frozen food 885.00 42300 APN 6303016007 C-2023-1982 4620 SEVILLE AVE Undefeated Inc E-Commerce / apparel distribution C-2023-1985 2770 LEONIS BLVD American Fabric, Inc.Office use 385.00 58480 APN 6308002016 385.00 216 APN 6308002009 C-2023-1986 4420 PACIFIC BLVD REX GROUP OF COMPANIES INX Sale & distribution of clothing & apparel 885.00 16200 APN 6308007018 C-2023-1987 2303 55TH ST V2K Logistics LLC Warehousing and distrtibution services 885.00 36000 APN 6308016028 C-2023-1989 5005 SLAUSON AVE A-1 Welding Iron Works, Inc.Fabrication of steel structures 770.00 3160 APN 6314021006 C-2023-1990 4383 EXCHANGE AV California Ranch Food Company Inc. Food processing, packaging, storage and distribution 885.00 63500 APN 6304021052 C-2023-1991 4719 BOYLE AVE AW Clothing Inc.Fashion design office use and merchandise storage and shipping 885.00 7000 APN 6303021016 C-2023-1992 4726 EVERETT CT TMS Cutting & Fusing, Inc.Garment cutting 885.00 16160 APN 6304025009 C-2023-1993 4726 EVERETT CT Dreams Trim and Binding Cutting garments 385.00 4000 APN 6304025009 C-2023-1994 2190 57TH ST Salvy Mex Distributors, LLC Distribution of central american food 385.00 3000 APN 6308019034 C-2023-1995 5408 SANTA FE AVE Dasan International Corp.Glass and windows fabricate and manufaturing 885.00 17702 APN 6309004010 C-2023-1996 2640 26TH ST Entry Inc Office use: design and help company sales 385.00 800 APN 6302001028 C-2023-1997 4871 SANTA FE AVE Ace Home Fashion 885.00 42740 APN 6308015044 C-2023-1988 4550 SEVILLE AVE Bandwagon Brokerage LLC Warehousing and distribution of produce 885.00 16500 APN 6308001034 Distributor of hardware and power tools Warehouse comforter and blankets Item 8 Page 16 of 18 C-2023-1983 2376 48TH ST Hokto Kinoko Company, a California Corporation Warehousing and distribution of produce 885.00 C-2023-1979 5014 HAMPTON ST Blithe LA, Inc.Warehousing and distribution of garments 1,770.00 10164 APN Total for Certificate of Occupancy:15,970.00 506,488.00 14914 APN 6308015043 Total Fees 15,970.0021 Permits 2 6308010040 Item 8 Page 17 of 18 Permit No. 1/10/2023 1/12/2023 1/17/2023 1/19/2023 1/19/2023 1/24/2023 1/25/2023 1/26/2023 Total Fees $6,080.008Permits 1 11286 APN 5192030004 Total for Certificate of Occupancy:6,080.00 125,402.00 6308001034 C-2021-1842 3748 26TH ST Italian Harvest Imports, Inc.Warehousing and distribution of food 885.00 33900 APN 5169033016 C-2023-1988 4550 SEVILLE AVE Bandwagon Brokerage LLC Warehousing and distribution of produce 885.00 16500 APN 6304011005 C-2021-1738 3257 26TH ST Smallhold, Inc.Farming of mushrooms 885.00 19116 APN 6304025014 C-2021-1811 4900 50TH ST Backdrop Inc Warehouse and mixing of water base paints 385.00 3600 APN 6308015044 C-2022-1875 4425 49TH ST Complete Clothing Company Warehousing of apparel 885.00 30000 APN 6303002021 C-2022-1962 2281 49TH ST Star Snacks West LLC Warehousing and distribution of nut products 885.00 10000 APN 6308019011 C-2022-1918 3278 26TH ST Westgate MFG.Warehousing and distribution of lighting fixtures 885.00 Fees Paid Square Feet C-2022-1964 5825 SANTA FE AVE Maywood Quick Check Inc DBA Maywood Quick Check 3 Check cashing 385.00 1000 APN City of Vernon Certificate of Occupancy Issued Date From 1/1/2023 to 1/31/2023 Issued Project Address Tenant Description Item 8 Page 18 of 18 City Council Agenda Report Meeting Date:March 7, 2023 From:Lisa Pope, City Clerk Department:City Clerk Submitted by:Sandra Dolson, Administrative Secretary Subject City Council Appointments to Outside Agencies Recommendation Appoint a delegate and alternate to represent the City at the Southern California Association of Governments 2023 Annual Regional Conference and General Assembly Business Meeting. Background Each year, the City Council selects and designates a delegate and alternate to represent the City at the Southern California Association of Government Annual Regional Conference and General Assembly (SCAG) Business Meeting; this year scheduled for May 4-5, 2023, in Palm Desert, California. The City’s delegate (or alternate in the absence of the delegate) will vote on agenda items pertaining to the General Assembly at the Business Meeting. Those attending the conference are required to file a Statement of Economic Interest, Fair Political Practices Form 700. Fiscal Impact There is no fiscal impact associated with this report. Attachments None. Item 9 Page 1 of 1